TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

Similar documents
BID FORM (Lump Sum or Unit Price)

ADVERTISEMENT FOR BIDS

INSTRUCTIONS TO BIDDERS

5. BID FORMS TABLE OF CONTENTS

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

Suite 300 Tenant Improvement

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

SECTION 1.A BID FOR LUMP SUM CONTRACT

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

INSTRUCTIONS TO BIDDERS

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

PROPOSAL REQUIREMENTS AND CONDITIONS

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION NOTICE TO BIDDERS

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

BID FOR LUMP SUM CONTRACT

GRANT PUBLIC PROJECTS WORKS

INSTRUCTIONS TO BIDDERS

AIA Document A701 TM 1997

B. The Bid is made in compliance with the Bidding Documents.

INVITATION TO BID CONSTRUCTION CONTRACT

University of California, Riverside Barn Expansion

ADDENDUM #5 NIB #

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Demolition of Water Ground Storage Tanks

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

INSTRUCTIONS TO BIDDERS

PLEASANTVILLE HOUSING AUTHORITY

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

BIDDING AND CONSTRUCTION STANDARDS

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

X General Construction Structural Steel X HVAC

HVAC Remodel Second Floor North Center Building

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INSTRUCTIONS TO BIDDERS ARTICLE IB

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SECTION INSTRUCTIONS TO BIDDERS

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

BID FORM. PROJECT: 2017 Water line replacement

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

RFP SB09-PO1617 Taos Guided Tours with Licensed Transportation Page 1

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

The proposal response must include a full description of similar services that the Offeror has performed.

Town of Madison, Board of Education, Connecticut. Request for Bids. For: Turf Maintenance Program Madison Board of Education Sports Fields

Document A701 TM. Instructions to Bidders

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

construction plans must be approved for construction by the City PBZ department.

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

East Central College

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

NOTICE INVITING BIDS

INFORMATION FOR BIDDERS

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

REQUIRED BID FORMS SECTION

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

2015 HELLWINKEL CHANNEL PROJECT

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

PORT OF EVERETT SECTION Insert Project Name in CAPS

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

BID DOCUMENTS FOR. WTP VFD Replacement Bid

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Transcription:

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been amended or updated: CLARIFICATION: Question: I would like to know if there is an estimated budget for this project. Response: The total amount budgeted for this project is $50,000. ADD THE FOLLOWING ITEMS TO YOUR BID RESPONCES: Page 4. REQUIREMENTS Add the following: 1) Provide training for town staff to operate new system. BIDDER QUALIFICATIONS 1) Contractor's License: Bidders must have a New Mexico Contractor's license in both of the following classifications: EE-98 and MM-98, or other classification satisfactory to the Town of Taos Page 7. 2.2 A MANDATORY SITE VISIT IS SCHEDULED FOR WEDNESDAY, SEPTEMBER 17, 2014 AT 10:00 AM LOCAL TIME. Due to the project not being posted on the Town's website on the release date of the bid we are changing the mandatory site visit to allow individual(s)/company(ies) to schedule a Site Visit. To schedule an appointment for the mandatory site visit please contact Gilbert Martinez, Parks Supervisor at 575.770.2359 to schedule an appointment for the mandatory site visit. INSTRUCTION TO BIDDERS SECTION Pursuant to N.M.S.A 1978 13-1-146 Bid Security is a requirement of this project. 4.6 BID SECURITY 4.6.1 Bid security in an amount equal to at least five percent (5%) of the amount of the Bid shall be a bond provided by a surety company authorized to do business in this State, or the equivalent in cash, a cashier's check, or otherwise supplied in a form satisfactory to the Owner (Section 13-1-146, NMSA 1978) and approved in writing by the Owner in advance. All Contractor Bonds shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies," as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, United States Treasury Department. SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 1

4.6.2 The bid security shall be in the amount of five percent (5%) of the Bid amount submitted by the Bidder, unless otherwise stipulated, pledging that the Bidder will enter into a Contract with the Owner on the terms stated herein and will furnish bonds covering the faithful performance of the Contract and payment of all obligations arising there under. When a construction contract is awarded in excess of twenty-five thousand dollars ($25,000) a 100% performance bond and a 100% payment and materials bond executed by a surety company authorized to do business in this state shall be required from the successful Bidder. Such bonds shall conform to the requirements of NMSA 13-4-18. Should the Bidder refuse to enter into such Contract or fail to furnish such bonds, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. 4.6.3 The Owner will have the right to retain the bid security of Bidders to whom an award is being considered until: A. the Contract has been executed and performance and labor/material bonds have been furnished, B. the specified time has elapsed so that Bids may be withdrawn, or C. all Bids have been rejected. 4.6.4 When the Bidding Documents require bid security, noncompliance by the Bidder requires that the Bid be rejected (13-1-147A, NMSA 1978). 4.6.5 If a Bidder is permitted to withdraw his Bid before award, no action shall take place against the Bidder or the bid security (13-1-147B, NMSA 1978). 4.6.6 The Owner may reduce bid security requirements authorized by the Procurement Code (13-1-186, NMSA 1978) to encourage procurement from small businesses. Reduction, if any, and the manner thereof will be stipulated in Paragraph 7. Reduction of the amount of bid security, if any, shall in no way reduce requirements for Performance, Payment, or other Bonds referenced in the Bidding Documents. 4.7 SUB-CONTRACTORS 4.7.1 The bidder shall list the Subcontractors he proposes to use for all trades or items on the Subcontractor Listing Form attached to the Bidding Documents 4.7.2 The Bidder shall not list himself as the supplier or as the Subcontractor for any trade unless he has previously performed work of this type and that he actually has, or will obtain fully adequate facilities and plans to perform the work with his own forces. 4.7.3 Omission or non-compliance with the intent of the Subcontractor Listing will be grounds for considering a bid as non-responsive. 4.7.4 Prior to the award of the Contract, the Design Professional or the Owner will notify the Bidder in writing if either the Owner or the Design Professional, after due investigation and written findings of fact, has reasonable and substantial objection to any person or organization on the sub contractor list. If the Owner or Design Professional has reasonable and substantial objection to any person or organization on such list and refuses in writing to accept such person or organization, the Bidder may, at his option: A. withdraw his Bid, or, B. submit an acceptable substitute Subcontractor. C. or Bidder may perform the work if so qualified. In the event of withdrawal under this paragraph, bid security will not be forfeited. 4.7.5 The Successful Bidder shall, within ten (10) days of Notice of Award of the Contract for the Work, submit to Owner all of the requirements of Subparagraph 6.1. SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 2

4.7.6 The Successful Bidder will be required to establish to the satisfaction the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the Bidding Documents. 4.7.7 Persons and organizations proposed by the Bidder and to whom the Owner has made no reasonable objection under the provisions of Paragraph 4.5.4 must be used on the work for which they were proposed and shall not be changed except with the written consent of the Owner and the Design Professional. 4.7.8 No Successful Bidder shall be required to employ any Subcontractor, other person, or organization against whom he has reasonable objection. SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 3

REPLACE PAGES 11-16 with the corrected forms below. BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: IFB NO.:SB05-PO1415 PROJECT NAME: KIT CARSON WELL PUMP REPLACEMENT Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # This Bid is submitted to Owner: TOWN OF TAOS 400 CAMINO DE LA PLACITA TAOS, NM 87571 ATTENTION: PROCUREMENT OFFICER By: PROJECT NO.: LOCATION: TAOS, NM 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into a Town of Taos Construction Contract the Owner in the form included in the Bidding Documents (subject to modification agreed to by the parties) to perform and furnish all Work as specified or indicated in the Bidding Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. The Bidder accepts all of the terms and conditions of the Invitation for Bid and Instructions to Bidders, including without limitation those dealing with the disposition of bid security and other Bidding Documents. This Bid will remain subject to acceptance for one hundred eighty (180) days after the day of Bid opening. The Bidder shall sign and submit the Town of Taos Construction contract between Owner and Contractor (hereinafter called Agreement) with the Bonds and other documents required by the Bidding Requirements within ten (10) calendar days after the date it receives from Owner the final proposed form of contract with or reasonably promptly after the Owner's Notice of Award. 3. In submitting this Bid, the Bidder represents that: A. the Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all of which is hereby acknowledged): No. Title: Date: No. Title: Date: No. Title: Date: B. the Bidder has familiarized himself with the nature and extent of the Bidding Documents, Work, site, locality, and all local conditions, laws, and regulations that in any manner may affect cost, progress, performance, or furnishing of the Work; C. the Bidder has given the Owner written notice of all conflicts, errors, and discrepancies that he has discovered in the Bidding Documents, and any written resolution thereof the Owner has provided is acceptable to the Bidder; SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 4

D. this Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; the Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; the Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and the Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner; E. the Bidder acknowledges that he has attended any mandatory pre-bid walk-through's scheduled by the Owner or the Design Professional pertaining to this project; F. the Bidder agrees to show clearly on the envelope in which the Bid is submitted the Project Name and Number, and Invitation to Bid Number; and, G. the Bidder will complete the Work for the price(s) set forth in the Bid Schedule, provided with this book. (do not include any gross receipts tax in the price(s)). H. Upon notice of award of this Bid, the undersigned will execute the formal contract and will deliver Certificate of Insurance and Federal Tax Identification Number within ten (10) calendar days. I. The undersigned agrees to begin Work within ten (10) calendar days receipt of a Noticeto-Proceed with a crew comparable to the size of the project and will proceed continuously until the final completion of the project or agreed upon schedule with Facilities Director and Parks Supervisor. J.. The undersigned BIDDER hereby declares he will do all the Work and provide all necessary superintendence, labor, tools, equipment, machinery, and apparatus, and whatever else may be necessary to complete all the Work covered by this bid within the time stated, in strict accordance with the Contract Documents and the requirements pertaining thereto for the following prices to wit: 4. Bids shall be presented in the form of a Lump Sum Bid proposal on the Bid Schedule form provided stating a total bid amount, 5. Bidder and all Subcontractors certify that they carry all licenses required under New Mexico state law to complete the Work. Refer to Title 14 Housing and Construction of the New Mexico Administrative Code (NMAC), Chapter 6 Part 6, for a listing of classifications of licenses and certificates issued by CID required by law to perform the Work. Bidder must be properly licensed according to the requirements of the Construction Industries Licensing Act, Chapter 60, Article 12 NMSA 1978 and ensure that such licenses shall remain in effect for the duration of the Work and warranty periods. All electrical work, whether performed by Bidder or Bidder s Sub-Contractor, shall be performed by a licensed electrician. A. LUMP SUM PRICE (please use typewriter or print legibly in ink) Base Bid (use words): ( $ ) All specific cash allowances are included in the price(s) set forth above. 6. The Bidder agrees that: A. The Work to be performed under this Contract shall be commenced not later than ten (10) consecutive calendar days after the date of written Notice to Proceed, and that Substantial Completion shall be achieved not later than 180 calendar days after the date of written Notice to Proceed, except as hereafter extended by valid written Change Order by the Owner. SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 5

B. Should the Contractor neglect, refuse, or otherwise fail to complete the Work within the time specified, the Contractor agrees to pay to the Owner in partial consideration for the award of this Contract the amount of Three Hundred Dollars ($150) per consecutive calendar day, not as a penalty, but as liquidated damages for such breach of the Contract. C. The above prices shall include all labor, materials, removal, overhead, profit, insurance, taxes (not including gross receipts tax), etc., to cover the finished work of the several kinds called for. Changes shall be processed in accordance with the Contract Documents. D. It is understood that the Owner reserves the right to reject any or all Bids and to waive any technical irregularities in the bidding. The Work will be Fully Complete when all parts of the project have been furnished, installed, tested and found acceptable. Final payment will be made when all specified documents are received and final site cleanup is complete to OWNER s satisfaction. The following documents are attached to and made a condition of this Bid: A. Bid Security with Agent's Affidavit; B. Subcontractors Listing; C. Campaign Disclosure D NM Resident bidder Preference Certificate/Veterans Preference (Please attach a copy) E. Copy of License(s) as issued by CID 7. Communications concerning this Bid shall be addressed to: The address of BIDDER indicated below. Company name: Contact person: Address: Phone/Fax: SUBMITTED on,, 2012. By: For: 8. The Bidder is a(n): A. INDIVIDUAL; By: (Individual's Signature) SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 6

Doing business as: Business address: Telephone: ( ) FAX: ( ) B. PARTNERSHIP: By: (Firm Name) (General Partner's Signature) Business address: Telephone: ( ) FAX: ( ) C. CORPORATION: Corporation Name: State of Incorporation: By (Print Name of Person Authorized to Sign) Title: * Signature of Authorized Person If a New Mexico Corporation: If a Foreign Corporation: Attest (Secretary): Business address NM Certificate of Incorporation Number NM Certificate of Authority Number SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 7

Telephone: ( ) CORPORATE SEAL HERE FAX: ( ) or, D. JOINT VENTURE: By (signature) (Name) Address: Telephone: ( ) FAX: ( ) ------------------------------------------------------------------------------------------------ By (Signature) (Name) Address: Telephone: ( ) FAX: ( ) ------------------------------------------------------------------------------------------------ Each Joint Venture 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 in the appropriate category. Proof of Joint venture must be attached. Joint Venture must exist prior to Bid Due Date. All required documentation must have been issued to the Joint Venture. BIDDER MUST FILL IN THE FOLLOWING (if none, write none) NM License Number License Classification: Resident Contractor's Preference Number: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 8

THIS FORM MUST BE ATTACHED TO BID BOND REVIEW AND APPROVAL: This Bond has been executed by a Surety named in the current list of "companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies," as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, United States Treasury Department. APPROVED: Owner's Representative or Governing Authority Date: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 9

AGENT'S AFFIDAVIT (To be filled in by Agent) THIS FORM MUST BE USED BY SURETY STATE OF ) ) ss. COUNTY OF ), being first duly sworn, deposes and says that he/she is the duly appointed agent for and is licensed in the State of New Mexico. Deponent further states that a certain bond was given to indemnify the Town of Taos Mexico in connection with the construction of dated the day of, 20, executed by Contractor, as principal, and, as surety, signed by this Deponent; and Deponent further states that said bond was written, signed, and delivered by him/her; that the premium on the same has been or will be collected by him/her; and that the full commission thereon has been or will be retained by him/her. Subscribed and sworn to before me, a notary public in and for the County of,, this day of, 20. Notary Public My Commission Expires: AGENT'S ADDRESS: Telephone SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 10

COMBINED LIST OF SUBCONTRACTORS and ASSIGNMENT OF ANTITRUST CLAIMS by CONTRACTOR, SUBCONTRACTORS, SUBSUBCONTRACTORS, and SUPPLIERS EXAMPLE TRADES AND SUPPLIERS: SITE WORK, CONCRETE, MASONRY, FRAMING, LUMBER, STEEL, STEEL FABRICATION, ROOFING, EXTERIOR INSULATION AND FINISH, DRYWALL, DOORS, GLASS AND GLAZING, PLASTER, PAINTING, CARPET, RESILIENT, CONVEYING SYSTEMS, HVAC, CONTROLS, PLUMBING, SHEET METAL, ELECTRICAL 1. Subcontractor Listing shall be included with Bid as a condition of the Bid and be fully complete with regards to all Subcontractors providing services valued at $5,000.00 or more, or one-half of one percent of the architect's or engineer's estimate of the total project cost, not including alternates, whichever is greater pursuant to Section 13-4-34, NMSA 1978. a. Subcontractor Listing shall be expanded after Bid by apparent low bidder if Awarded, and before Contract, to include major Suppliers and, each entity listed shall be signed by individual empowered to obligate Supplier, Subcontractor, or Subsubcontractor. b. See Instructions to Bidders, Section 00100 Paragraph 4.5, Subcontractors, for rules regarding changes in this list after bidding. 2. PROJECT NAME: INVITATION FOR BID NUMBER: The undersigned agrees that any and all claims which the firm may have or may inure to it for overcharges resulting from antitrust violations as to goods, services, and materials purchased in connection with the above-referenced project are hereby assigned to the Owner, but only to the extent that such overcharges are passed on to the Owner. It is agreed that the firm retains all rights to any such antitrust claims to the extent of any overcharges not passed on to the Town of Taos, including the right to any treble damages attributable thereto. SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 11

LIST OF PROPOSED SUBCONTRACTORS-Listing Tier $5000.00 The following listing must be completed and signed by the bidder and submitted with the bid Proposal. Bids submitted without this completed and signed listing or with more than on listed for each item may be considered non-responsive. The subcontractor listing threshold shall be as indicated in the Instructions to Bidders. If none of the work will be subcontracted, Bidder shall write NONE and sign the sheet. The General Contractor will determine categories of work that will be performed by the General Contractor, Subcontractors, and Tiers of Subcontractors. The following will be employed to perform the designated categories of work under this Contract. Prior to award to the contract to the lowest qualified bidder, the Contractor may be required to supply additional information regarding the Subcontractors listed below, as called for in the Instructions to Bidders, and in the technical specifications. Important Note Related to Public Works Projects: Contractor and all tiers of subcontractors must be in compliance with the NM Public Works Minimum Wage Act. Any Subcontractor whose work is valued at greater than $60,000 must be registered with the NM Department of Workforce Solutions Labor Relations Division Public Works Bureau at the time of Bid (13-4-13.1 NMSA 1978), and their registration number included below. If such registration is not in place and current as of the date of Bid, the Subcontractor will be rejected and the General Contractor will be required to substitute another Subcontractor acceptable to the Owner without any increase in Bid price. Category of Work Firm Name CITY & STATE Range NMDOWFS Labor Relations Div-Public Works Bureau REGISTRATION # (if over $60,000 SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 12

Use additional sheets if necessary. Attest: Authorized Officer Date Name and title Name of Firm *Place title of subcontractor specialty. ** Subcontractors contract range: In the column marked Range, enter the letter corresponding to the subcontract amount. A= Equal to or greater than $5000 but less than $15,000 B= Equal to or greater than $15,000 but less than $50,000 C= Equal to or greater than $50,000 Procurement Schedule: All other information not addressed in this addendum remains unchanged. Sharon Voigt /s/ Procurement Officer PLEASE ACKNOWLEDGE RECEIPT OF AMENDMENT #1 WITH RFP SUBMITTED SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT ADDENDUM NO. 1 Page 13