BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

Similar documents
DOCUMENT BID FORM. Village of Middle Point

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

IMMEDIATE RESPONSE REQUESTED

Bidders Name: DOCUMENT 330 BID FORM

SECTION BID FORM. Garfield Street Drainage Improvements

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids.


ADVERTISEMENT TO BID PARTIAL

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

Addendum No. 1 Issue Date: March 29, 2016

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

SECTION CONTRACT C1 & C2, ADDENDUM #3

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

SECTION BID FORM (REVISED ) ADDENDUM No. 1

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

John Barton Architect, LLC

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

Dick s Sporting Goods Demolition Package

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503)

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018

ADVERTISEMENT FOR BIDS

THIRD STREET WATER MAIN REPLACEMENT PROJECT

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO

Mabton Canal Improvement Project MP Reservoir

Middle School Sewer Main Improvements Project Contract Documents & Specifications

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

HURLEY DECENTRALIZED WASTEWATER TREATMENT PLANT REHABILITATION

Project No. C0040-E. This Addendum addresses the following changes/additions/deletions for the above referenced project:

Specifications. For. Shermco Project Panora Substation Construction. Panora Municipal Electric Panora, Iowa. April 21, 2017 BID ISSUE

Main Building Auditorium

THE CITY OF LAKE FOREST

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

INVITATION FOR BIDS BID CALL NO. 002/2018

DRAWING INDEX PROJECT LOCATION PROJECT AREA JEMEZ SPRINGS JEMEZ SPRINGS WATER TANK REHABILITATION GENERAL

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR

Addendum No. 5. JBWRF Biosolids Improvements and District Maintenance Building No. 2

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2

The Bid Date has changed to 03/16/2010 at 2:30 PM.

War Memorial Park Repair and Reconstruction of Stone Walls. City of West Bridgewater West Bridgewater, Massachusetts. June 2017

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

UAF Combined Heat & Power Replacement (CPHR)

CITY OF FLINT, MICHIGAN

ADDENDUM NO. 1 APRIL 24, 2017

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:

IFB # R Blythe Creek Grinder Pump Eliminations

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

DEAN + TYLER + BURNS ARCHITECTURE

BID Addenda No. Date Issued Addenda No. Date Issued

PUBLIC WORKS DEPARTMENT

4. Section 01170, Special Construction Permits, Page : Part 1; ADD the following paragraph 1.5 after paragraph 1.4:

1. The sign in sheet from the Pre-Bid Meeting on February 13, 2018 at 1:00 P.M. is attached.

BREEZE SWEPT SUBDIVISION GRAVITY SEWER, FORCE MAIN, AND LIFT STATION DESIGN BIDDING AND CONSTRUCTION CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. DATE: January 20, All Planholders. Abonmarche Consultants, Inc. Michael C. Morphey, P.E. Senior Project Engineer

MULLER LANE EAST BROCKLISS SLOUGH BRIDGE SEWER FORCE MAIN RELOCATION

PROJECT MANUAL FENCING FOR PEPSI WATER TANK & ROCKTOWN WATER TANK FOR TOWN OF KINGSTREE KINGSTREE, SOUTH CAROLINA

TABLE OF CONTENTS DIVISION 00 GENERAL REQUIREMENTS

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

DOCUMENT ADDENDUM

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

Highlands Housing Authority

FENCING AND FENCE REPAIR

**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Date of Addendum: June 4, 2015 Bid Opening: Wednesday June 10, 2015, 1:30 P.M. Local Time

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

The Home Depot U.S.A., Inc. Instructions to Bidders

Item #19 - CC Agenda - 06/09/ Sanitary Sewer Rehabilitation Project Plan Approval [Page 1 of 118]

Transcription:

BID PROPOSAL For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article 4 Further Representations... 2 Article 5 Basis of Bid... 3 Article 6 Time of Completion... 8 Article 7 Attachments To This Bid... 8 Article 8 Defined Terms... 9 Article 9 Bid Submittal... 9 Page i

ARTICLE 1 BID RECIPIENT This Bid is submitted to: Jemez Springs Domestic Water Association 16899 Hwy 4 Jemez Springs, NM 87025 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 BIDDER S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 BIDDER S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in SC- 4.02. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific 00410-1

means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 FURTHER REPRESENTATIONS 4.01 Bidder further represents that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. E. The basis for Contract Award shall be the BASE BID. However, the Jemez Springs Domestic Water Association (Owner) reserves the right to negotiate with the qualified low bidder, if required, by reducing or eliminating various Lump Sum items within the qualified bid, in order to allow the project to be constructed within the available funding. 00410-2

ARTICLE 5 BASIS OF BID BIDDER will complete the Work in accordance with the Contract Documents for the following price: Bid Tabulation JEMEZ SPRINGS DOMESTIC WATER ASSOCIATION Jemez Springs Water Tank Rehabilitation BASE BID TANK 1: 20,000 GALLON (11' dia. X 30' h±) GROUND STORAGE TANK NO DESCRIPTION QTY 1 MOBILIZATION/DEMOBILIZATION LS 1 2 PRESSURE WASH, PRIME, AND APPLY PAINT TO OUTSIDE OF TANK, CIP LS 1 3 LEAD PAINT ABATEMENT, AS REQUIRED LS 1 4 SAND BLAST, CLEAN, STRIPE COAT SEAMS, AND EPOXY INTERIOR OF TANK, CIP LS 1 5 DISINFECT INTERIOR OF TANK LS 1 6 FURNISH AND INSTALL SAFETY WARNING AND TANK NAME SIGNS LS 1 7 EQUIP PRIMARY MAN WAY WITH DAVIT ARMS LS 1 8 FURNISH AND INSTALL OSHA COMPLIANT PRESSURE PROOF ROOF VENT LS 1 9 FURNISH AND INSTALL SAFETY CLIMB DEVICE LS 1 10 FURNISH AND INSTALL ANTI-CLIMB DEVICE LS 1 11 APPLY SLIP RESISTANT COATING TO LADDER RUNGS LS 1 12 FURNISH AND INSTALL HANDRAIL AND SAFETY CHAIN LS 1 13 FURNISH AND INSTALL SAFE HATCH ANTI-FALL DEVICE LS 1 SUBTOTAL TANK 1 (S 1-13) TANK 3: 20,000 GALLON (14' dia. X 22' h ±) GROUND STORAGE TANK NO DESCRIPTION QTY 14 MOBILIZATION/DEMOBILIZATION LS 1 15 PRESSURE WASH, PRIME, AND APPLY PAINT TO OUTSIDE OF TANK, CIP LS 1 16 LEAD PAINT ABATEMENT, AS REQUIRED LS 1 17 SAND BLAST, CLEAN, STRIPE COAT SEAMS, AND EPOXY INTERIOR OF TANK, CIP LS 1 18 DISINFECT INTERIOR OF TANK LS 1 00410-3

NO DESCRIPTION QTY 19 FURNISH AND INSTALL SAFETY WARNING AND TANK NAME SIGNS LS 1 FURNISH AND INSTALL OSHA COMPLIANT PRESSURE PROOF ROOF 20 VENT LS 1 21 FURNISH AND INSTALL SAFETY CLIMB DEVICE LS 1 22 FURNISH AND INSTALL SAFE HATCH ANTI-FALL DEVICE LS 23 APPLY SLIP RESISTANT COATING TO LADDER RUNGS LS 1 FURNISH AND INSTALL INTERIOR LADDER WITH ANTI-SLIP SQUARE 24 RUNGS LS 1 25 FURNISH AND INSTALL HANDRAIL AND SAFETY CHAIN LS 1 26 FURNISH AND INSTALL EPA APPROVED FLAPPER VALVE LS 1 27 FURNISH AND INSTALL CONCRETE SPLASH BLOCK LS 1 28 FURNISH AND INSTALL 2" DRAIN VALVE LS 1 29 FURNISH AND INSTALL TANK GROUNDING LS 1 30 CLEAN AND REPAIR FOUNDATION WITH NON-SHRINK GROUT LS 1 31 SEAL AND CAULK FOUNDATION, GROUT BASE OF TANK TO FOUNDATION LS 1 SUBTOTAL TANK 3 (S 14-31) TANK 4: 20,000 GALLON (14' dia. X 22' h ±) GROUND STORAGE TANK NO DESCRIPTION QTY 32 MOBILIZATION/DEMOBILIZATION LS 1 33 PRESSURE WASH, PRIME, AND APPLY PAINT TO OUTSIDE OF TANK, CIP LS 1 34 LEAD PAINT ABATEMENT, AS REQUIRED LS 1 35 SAND BLAST, CLEAN, STRIPE COAT SEAMS, AND EPOXY INTERIOR OF TANK, CIP LS 1 36 DISINFECT INTERIOR OF TANK LS 1 37 FURNISH AND INSTALL SAFETY WARNING AND TANK NAME SIGNS LS 1 38 FURNISH AND INSTALL OSHA COMPLIANT PRESSURE PROOF ROOF VENT LS 1 39 WELD EXTERIOR LADDER TO SHELL WALL LS 1 40 FURNISH AND INSTALL SAFETY CLIMB DEVICE LS 1 41 FURNISH AND INSTALL SAFE HATCH ANTI-FALL DEVICE LS 1 42 APPLY SLIP RESISTANT COATING TO LADDER RUNGS LS 1 43 FURNISH AND INSTALL HANDRAIL AND SAFETY CHAIN LS 1 44 FURNISH AND INSTALL EPA APPROVED FLAPPER VALVE LS 1 45 FURNISH AND INSTALL CONCRETE SPLASH BLOCK LS 1 46 FURNISH AND INSTALL 6 MJ GATE VALVE LS 1 00410-4

NO DESCRIPTION QTY 47 REPAIR BROKEN HINGE ON ROOF HATCH LS 1 48 FURNISH AND INSTALL TANK GROUNDING LS 1 49 CLEAN AND REPAIR FOUNDATION WITH NON-SHRINK GROUT LS 1 50 SEAL AND CAULK FOUNDATION, GROUT BASE OF TANK TO FOUNDATION LS 1 SUBTOTAL TANK 4 (S 32-50) TOTAL BASE BID EXCLUDING NMGRT (S 1 50) NMGRT @ 7.3125% (S 1 50) TOTAL BASE BID INCLUDING NMGRT (S 1 50) _ ADDITIVE ALTERNATE A TANK 2: 20,000 GALLON (11' dia. X 30'±) GROUND STORAGE TANK NO DESCRIPTION QTY 51 MOBILIZATION/DEMOBILIZATION LS 1 SAND BLAST, PRIME, AND APPLY PAINT TO OUTSIDE OF 52 TANK, CIP LS 1 53 LEAD PAINT ABATEMENT, AS REQUIRED LS 1 SAND BLAST, CLEAN, STRIPE COAT SEAMS, AND EPOXY 54 INTERIOR OF TANK, CIP LS 1 55 DISINFECT INTERIOR OF TANK LS 1 FURNISH AND INSTALL SAFETY WARNING AND TANK NAME 56 SIGNS LS 1 57 FURNISH AND INSTALL 24" MAN WAY W/ DAVIT ARMS LS 1 58 FURNISH AND INSTALL OSHA COMPLIANT PRESSURE PROOF ROOF VENT LS 1 59 FURNISH AND INSTALL SAFETY CLIMB DEVICE LS 1 60 FURNISH AND INSTALL SAFE HATCH ANTI-FALL DEVICE LS 1 61 APPLY SLIP RESISTANT COATING TO LADDER RUNGS LS 1 62 FURNISH AND INSTALL HANDRAIL AND SAFETY CHAIN LS 1 63 FURNISH AND INSTALL EPA APPROVED FLAPPER VALVE LS 1 64 FURNISH AND INSTALL CONCRETE SPLASH BLOCK LS 1 65 FURNISH AND INSTALL 2" DRAIN VALVE LS 1 SUBTOTAL TANK 2 (S 51-65) 00410-5

TANK 8: 419,000 GALLON (50' dia. X 28'±) GROUND STORAGE TANK NO DESCRIPTION QTY 66 MOBILIZATION/DEMOBILIZATION LS 1 67 PRESSURE WASH EXTERIOR OF TANK LS 1 68 INSTALL SAFETY CLIMB DEVICE TO EXTERIOR LADDER LS 1 69 FURNISH AND INSTALL CONCRETE SPLASH BLOCK LS 1 70 CLEAN AND REPAIR FOUNDATION WITH NON-SHRINK GROUT LS 1 71 SEAL AND CAULK FOUNDATION, GROUT BASE OF TANK TO FOUNDATION LS 1 SUBTOTAL TANK 8 (S 66-71) TOTAL ADD ALT. A EXCLUDING NMGRT (S 51 71) NMGRT @ 7.3125% (S 51 71) TOTAL ADD ALT. A INCLUDING NMGRT (S 51 71) ADDITIVE ALTERNATE B TANK 5: 70,000 GALLON UNDERGROUND STORAGE TANK NO DESCRIPTION QTY 72 MOBILIZATION/DEMOBILIZATION LS 1 73 FURNISH AND INSTALL SAFETY WARNING AND TANK NAME SIGNS LS 1 74 REPAIR OR REPLACE EXISTING HATCH COVER AND FURNISH AND INSTALL SAFETY FALL DEVICE LS 1 75 CLEANOUT TANK SEDIMENT AND DEBRIS LS 1 76 DISINFECT INTERIOR OF TANK LS 1 77 PRESSURE WASH EXTERIOR OF TANK LS 1 78 REPAIR EXTERIOR OF TANK WITH NON-SHRINK GROUT LS 1 79 SEAL EXTERIOR OF TANK WITH INDUSTRIAL SEALANT LS 1 SUBTOTAL TANK 5 (S 72-79) 00410-6

TANK 6: 70,000 GALLON UNDERGROUND STORAGE TANK NO DESCRIPTION QTY 80 MOBILIZATION/DEMOBILIZATION LS 1 81 FURNISH AND INSTALL SAFETY WARNING AND TANK NAME SIGNS LS 1 82 REPAIR OR REPLACE EXISTING HATCH COVER AND FURNISH AND INSTALL SAFETY FALL DEVICE LS 1 83 CLEANOUT TANK SEDIMENT AND DEBRIS LS 1 84 DISINFECT INTERIOR OF TANK LS 1 85 PRESSURE WASH EXTERIOR OF TANK LS 1 86 REPAIR EXTERIOR OF TANK WITH NON-SHRINK GROUT LS 1 87 SEAL EXTERIOR OF TANK WITH INDUSTRIAL SEALANT LS 1 SUBTOTAL TANK 6 (S 80-87) TANK 7: 70,000 GALLON UNDERGROUND STORAGE TANK NO DESCRIPTION QTY 88 MOBILIZATION/DEMOBILIZATION LS 1 89 FURNISH AND INSTALL SAFETY WARNING AND TANK NAME SIGNS LS 1 90 REPAIR OR REPLACE EXISTING HATCH COVER AND FURNISH AND INSTALL SAFETY FALL DEVICE LS 1 91 CLEANOUT TANK SEDIMENT AND DEBRIS LS 1 92 DISINFECT INTERIOR OF TANK LS 1 93 PRESSURE WASH EXTERIOR OF TANK LS 1 94 REPAIR EXTERIOR OF TANK WITH NON-SHRINK GROUT LS 1 95 SEAL EXTERIOR OF TANK WITH INDUSTRIAL SEALANT LS 1 SUBTOTAL TANK 7 (S 88-95) TOTAL ADD ALT. B EXCLUDING NMGRT (S 72 95) NMGRT @ 7.3125% (S 72 95) TOTAL ADD ALT. B INCLUDING NMGRT (S 72 95) 00410-7

TOTAL PROJECT (BASE BID, ADD ALT. A & B) EXCLUDING NMGRT NEW MEXICO GROSS RECEIPTS TAX (NMGRT) @ 7.3125% TOTAL BID + ADD ALT A & B INCLUDING NMGRT $ ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. The Contract schedule shall be modified such that field work on any of the storage tanks may NOT begin before September 1, 2017. 6.01 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the Contract Times. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form as described in Article 8 of the Instructions to Bidders (See Bid Bond, 00435-1 ); B. Certification of Bidder regarding Equal Employment Opportunity ; C. Affidavit of Non-Collusion (See 00422-1) D. The Owner shall award the bid to the lowest responsible Bidder based upon Unit Price Bid as defined in Article 14 of Instructions to Bidders. The Owner reserves the right to issue Change Orders to meet the budget and funding limitation at the time of Award and during the project. E. Resident/Veteran Preference Certification Form 1. Resident business to be five percent lower than bid actually submitted; or 2. Resident Veteran businesses with annual gross revenues of up to three million dollars ($3,000,000.00) in the preceding tax year to be ten percent lower than the bid actually submitted. 00410-8

ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 BID SUBMITTAL Is BIDDER claiming New Mexico Preference? If Yes, enter Resident Contractor s Certification Number Is BIDDER claiming Veteran Preference? If Yes, enter Resident Contractor s Veteran Certification Number New Mexico Contractor s License Number License Classifications 9.01 This Bid submitted by: If Bidder is: An Individual A Partnership Name (typed or printed): By: (SEAL) (Individual s signature) Doing business as: Partnership Name: (SEAL) By: (Signature of general partner attach evidence of authority to sign) Name (typed or printed): 00410-9

A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest: (Signature of Corporate Secretary) Date of Qualification to do business in New Mexico, is \ \. A Joint Venture Name of Joint Venturer: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder s Business address: Phone: Facsimile: Submitted on, 20. State Contractor License No.. 00410-10