SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

Similar documents
INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

INSTRUCTIONS TO BIDDERS

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid

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

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

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

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

INSTRUCTIONS TO BIDDERS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

INVITATION TO BID (ITB)

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

INSTRUCTIONS TO BIDDERS

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

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

REQUEST FOR SEALED BID PROPOSAL

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

AIA Document A701 TM 1997

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

INSTRUCTIONS TO BIDDERS

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR SEALED BID PROPOSAL

PROPOSAL LIQUID CALCIUM CHLORIDE

City of Presque Isle, Maine Chip Sealing Request for Bids

REQUEST FOR SEALED BID PROPOSAL

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

REQUEST FOR SEALED BID PROPOSAL

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

REQUEST FOR SEALED BID PROPOSAL

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

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

Document A701 TM. Instructions to Bidders

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

JACQUELINE M. IZZO MAYOR

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

INSTRUCTIONS TO BIDDERS

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

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

Calcium Chloride Sealed Bid # Town of Salem, NH

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR SEALED BID PROPOSAL

Town of Whitby Terms and Conditions

INSTRUCTIONS TO BIDDERS

SAN DIEGO CONVENTION CENTER CORPORATION

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

AIA Document A201 TM 1997

REQUEST FOR SEALED BID PROPOSAL

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

HEATING AND COOLING SYSTEM MAINTENANCE

SECTION NOTICE TO BIDDERS

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID

MATERIALS FOR RAILROAD CROSSINGS ON OLD S.H. 48

RFP GENERAL TERMS AND CONDITIONS

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

REQUEST FOR SEALED BID PROPOSAL

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

REQUEST FOR SEALED BID PROPOSAL

City of Biddeford, Maine

LONE TREE SCHOOL FLOORING REPLACEMENT

Holt Public School District 5780 W. Holt Rd Holt MI

Scofield Ridge Homeowners Association

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

LONE TREE SCHOOL BELL SYSTEM

Description Cost PRE-BID CONFERENCE

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

Botetourt County Public Schools

INSTRUCTIONS TO BIDDERS

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Charlotte Douglas International Airport s Invitation to Bid for AIRCRAFT RESCUE AND FIREFIGHTING VEHICLE. Section 1: Instructions to Bidders

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Quotation

Transcription:

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date: October 12, 2017 Bids for this Project are due by: 10:00 AM Monday, November 20, 2017

INVITATION FOR BIDS Superstition Mountains Community Facilities District No. 1, (the District ) will receive Bids for a packaged as outlined in the following Project: Project 18.C.18 The bids will be used by the District to award a Contract for the acquisition of a to effectively improve effluent quality, ahead of the District s chlorination and recharge processes. Bid Package is available at the District website: http://www.smcfd.org. Questions or additional information may be obtained by sending an email to bids@smcfd.org. Sealed Bids will be received until 10:00 a.m. local time on Monday, November 20, 2017 at the District office, 5661 S. Ironwood Dr., Building B, Apache Junction, Arizona 85120, or mailed to the same address. It is the responsibility of the Bidder to ensure delivery of the bid. Any bid received after the bid closing time will not be accepted and will be returned unopened. Bids will be opened at the District office and publicly read aloud immediately after the hour of closing. In order for the bid to be considered, Bidders must complete and submit all documents specified in the Bid Package. All information and bids submitted by Bidders will be made available for public inspection at the District s office following the award of the contract. It shall be mandatory on the Vendor to whom the Contract is awarded, and upon any Subcontractor under them, to comply in every respect with the applicable provisions of the Arizona Revised Statutes and with all other requirements of the laws of Arizona and the City of Apache Junction. The District reserves the right to reject any or all Proposals and waive any irregularities in any Proposal if such action is determined by the District, in its sole discretion, to be in the interest of the District. Superstition Mountains Community Facilities District is an equal opportunity employer, and minority and women s business enterprises are encouraged to submit bids on this Project. Superstition Mountains Community Facilities District No. 1 DATED: October 12, 2017 By: District Manager a

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 Project 18.C.18 INSTRUCTIONS TO BIDDERS To be considered, Bids must be made in accord with these Instructions to Bidders. 1. DEFINITIONS A. BIDDER Bidder shall mean any person, corporation or other entity who submits a bid proposal to the Superstition Mountains Community Facilities District No. 1 of Apache Junction, pursuant to these documents. B. SUCCESSFUL BIDDER Successful Bidder shall mean the person or entity who submits a bid which the District determines is the lowest qualified Bidder and/or the best qualified Bidder and to whom the District awards the bid. C. VENDOR A Vendor shall mean an individual, corporation or other entity to which the contract is awarded to supply the work as specified in the contract documents. D. DISTRICT The District means the Superstition Mountains Community Facilities District No. 1. E. WORK Any or all of the improvements or services described and authorized to be made, and all expenses, labor, materials, permits, utilities, transportation, and management necessary or incidental thereto. 2. PROJECT DESCRIPTION The District seeks to award a Contract for the acquisition of a ( System ) to effectively improve the effluent quality, upstream of the District s chlorination and recharge processes. A. Valentine Environmental Engineers has been selected by the District as the engineering design consultant to provide the detailed design of the addition of the filtration tertiary treatment process. Listed below is Valentine Environmental Engineers assessed requirements as follows: SMCFD would like to implement one filter with the 3 MGD (6 MGD peak) flows, but would like to maintain space for a future second filter. The attached Conceptual Plan highlights the area required for both filters. Valentine is requesting manufacturer proposals to supply one (1) package disk filter system. Equipment shall include all tank, multiple disks, center drum, spray nozzles, backwash pump and appurtenances, drive motor(s), chlorine chemical injection port and level control instrumentation. All equipment shall be furnished complete, fully Instructions to Bidder Page 1 of 8

assembled, tested and functional, with appurtenances in a 304 stainless steel tank. Access walkways should be included as optional with pricing provided. The manufacturer shall furnish a UL Listed, NEMA 3R, PLC-based, unit mounted control panel, for each filter, including motor starters, operator interface, switches, and pilot lights to allow complete operation of the system. Each control panel shall be adequately ventilated and cooled to maintain reliability of components for ambient conditions defined in Table 1. The filter system control panel shall be an Allen Bradley, Ethernet compatible PLC with the Ethernet port native (not a serial port with converter). Manufacturer shall include costs to provide eight (8) sets of shop drawing review data, six (6) sets of Operation and Maintenance (O&M) Manuals, including an electronic copy in PDF format. Manufacturer shall include costs to furnish a factory employed service technician for a minimum of four (4) trips and twelve (12) days at the project site to provide installation inspection, electrical and mechanical equipment start-up and operator personnel training. The manufacturer shall also include a 2 year warranty. The filter system shall be designed in accordance with the design criteria outlined in Table 1 and shall be able to be installed in the location shown in the Conceptual Plan. The manufacturer shall agree to provide a written process performance guarantee certifying the filter system will meet the effluent criteria stated in Table 2. Table 1. SMCFD Plant No. 1 Expected Filter Influent Load Concentrations and Site Specific Information Parameter Value Design Flow, Q design 3 MGD Peak Hour Flow, Q peak 6 MGD Influent Flow Water Temperature Range 15-34 C Average Influent TSS <10 mg/l Maximum Influent TSS 21 mg/l Maximum Ambient Operating Temperature 42 C Site Elevation 1,560 feet MSL Table 2 SMCFD Plant No. 1 Required Effluent Concentrations Parameter Effluent Turbidity Value 2 NTU (24-hour average), 5 NTU maximum Proposals will be evaluated by a committee of representatives of Valentine and SMCFD. Evaluation criteria will include completeness of proposal, experience with similar systems, capital costs, annual operating costs and ability to meet the project schedule. A single filter manufacturer will be selected to become the basis of design for the development of final plans and project specifications. Instructions to Bidder Page 2 of 8

B. The Bidder shall include: a. A detailed scope of supply including a summary of all equipment and services being provided b. Motor and electrical requirements c. Equipment layout drawing and one-line electrical diagram d. Estimated annual O&M cost estimates e. Anticipated backwash volumes and frequency f. Documentation of Title 22 certification from California DHS g. Installation and contract list for a minimum of 5 installations for filter systems meeting similar effluent objectives h. Price i. Delivery schedule for shop drawing and equipment j. Written performance guarantee k. Warranty language l. Provide a 2 year warranty from the Station Start-up date. m. 1 year extended warranty price n. A preventative maintenance schedule o. Location of the nearest authorized service center 3. EXAMINATION OF BID DOCUMENTS The Bidder shall carefully examine and study the Bid Package including but not limited to the specifications and drawings necessary to receive the award of the Contract. Bidder may elect to visit the site of work and fully inform themselves as to all existing conditions and limitations. The submission of a bid proposal shall be evidence that the Bidder has made a thorough examination of the project, and unless any exceptions are noted in writing on the Exceptions-Additions-Corrections, intends to supply each and every item of expense necessary for the project as described herein, including, but not limited to, licenses, labor, materials, equipment, transportation, utilities, project coordination, oversight, management and other incidentals. 4. QUALIFICATION OF BIDDERS Each bidder shall be licensed to do business in the State of Arizona and shall provide a copy of their license and W-9 with the Bid proposal. Each Bidder shall have sufficient personnel to undertake the work, including personnel with sufficient experience and formal training to meet the OSHA definition of a Competent Person for the work to be performed. Each bidder shall also have sufficient equipment to provide the service required by the District, and shall have a history of providing satisfactory performance for their previous customers. The District may conduct any investigation it deems necessary to determine the Bidder s performance capabilities. Instructions to Bidder Page 3 of 8

5. DISQUALIFICATION OF BIDDERS The District shall have the right to reject any or all bids, before or after opening, and to reject bids not accompanied by attachments or in any way incomplete or irregular. As examples, any one of the following is sufficient grounds for the disqualification of a Bidder and rejection of its bid: A. Submission of more than one proposal for the same materials or equipment. B. Evidence of collusion among Bidders. C. Failure to fully complete all parts of the bid proposal or failure to submit the proposal in accordance with the requirements. D. Failure to meet the qualifications for bidding or provide evidence of such qualifications when requested. 6. PREPARATION OF BID PROPOSAL All information requested must be completed by the Bidder. The information must be typed or printed in ink and all numbers must be legible. The bid proposal must be signed correctly in ink in the spaces provided. 7. DISCLOSURE REQUIREMENT The Bidder shall disclose as part of the bid proposal any personal relationships with employees, agents and other persons directly associated with the District. Any such disclosure shall be noted in writing on the Exceptions-Additions-Corrections form. Any such disclosure does not necessarily disqualify the Bidder. 8. SUBMISSION OF BID PROPOSAL The bid proposal together with required documents shall be submitted to the District in an opaque, sealed envelope bearing on the outside the Bidder s name and address and the Project name as denoted on the Bid Package. Bid proposals sent by mail shall be enclosed in a separate mailing envelope and shall be addressed to the District office. Bid proposals should be sent by registered mail, but failure to do so shall not disqualify a bid. No proposal will be considered unless received on or before the time and the place designated in this Bid Package. The bid proposal delivered to the District MUST contain the following in the envelope: BID UNDERSTANDING & AGREEMENT DETAILED DESIGN DRAWINGS & SPECIFICATIONS COST PROPOSAL EXCEPTIONS - ADDITIONS CORRECTIONS REQUIRED SUPPLEMENTAL INFORMATION LIST OF SUBCONTRACTORS ARIZONA BUSINESS LICENSE (copy) FORM W-9 Instructions to Bidder Page 4 of 8

9. CONSIDERATION OF BID PROPOSALS The contract for this project may be awarded to the qualified and responsible bidder whose proposal is satisfactory to the District. The District reserves the right to waive technicalities or informalities; to reject any or all proposals; and to accept the proposal deemed to be in the best interest of the District. Notwithstanding anything to the contrary contained herein, the District may reject the lowest bid in its sole and absolute discretion. 10. AWARD OF CONTRACT If a contract is awarded, it will be awarded by the District on December 6, 2017. Notice to the Successful Bidder shall be reported to all Bidders by the District. Nothing herein shall be construed to require the District to award a contract. All bids may be rejected. 11. NOTICE TO PROCEED The notice to the Successful Bidder shall serve as the District's acceptance of the bid proposal. Notice to Proceed and scheduling of the Work shall be obtained from the District in writing upon execution of the Contract. 12. CERTIFICATES OF INSURANCE Vendor shall obtain and may be asked to submit to District before any Work is performed, certificates from the Vendor's insurance carriers indicating the presence of coverages and limits of liability as set forth in the Contract Documents, but in no event shall the coverages and limits be less than those specified as follows: Workers Compensation Coverage A. Statutory Benefits. Coverage B. Employer s Liability. Bodily Injury by accident Bodily Injury by disease Bodily Injury by disease $500,000 each accident $500,000 policy limit $500,000 each employee Coverage must include a Waiver of Subrogation endorsement. A. All policies must be written by insurance companies whose rating, in the most recent Best s Rating Guide, is not less than A- VII. All coverage forms must be acceptable to Owner. B. Certificates of Insurance with the required endorsements evidencing the required coverage must be delivered to the District prior to commencement of any on-site Work. Failure of the District to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the District to identify a deficiency from evidence that is provided shall not be construed as a waiver of the Vendor s obligation to maintain such insurance. The District shall have the right, but not the obligation, to prohibit Vendor or any of its subcontractors from entering the Project site until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by the District. C. In the event that materials or any other type of personal property ( personal property ) is acquired for the Project or delivered to the Project site, Vendor agrees that it shall be solely responsible for such property until it becomes a fixture on the Project, or otherwise is installed and incorporated as a final Instructions to Bidder Page 5 of 8

part of the Project. Such responsibility shall include, but not be limited to, theft, fire, vandalism and use by unauthorized persons. D. The District does not cover any tools or equipment owned or rented by Vendor. Vendor is responsible for providing insurance coverage for such items. 13. PERMITS, FEES & LICENSES The Vendor is responsible to secure and pay for any and all applicable Federal, State, County or local permits and licenses including a City of Apache Junction Business License. The Vendor shall comply with all applicable provisions of the Arizona Revised Statutes and Arizona Administrative Code Rules and all other applicable legal provisions as set forth in local and Federal laws, ordinances or rules. 14. INTERPRETATION OF DOCUMENTS Where a plan, specification or document appears ambiguous, or where any portion is not fully understood, the Vendor shall submit his question by email to bids@smcfd.org. The subject line of the email must reference the Project Number and Name as denoted on the Bid Package. Verbal explanations shall not be binding. 15. DELIVERY TERMS A guaranteed delivery date must be provided as part of the bid proposal. All deliveries are FOB District. 16. SUBCONTRACTORS The Bidder shall list the names, address and telephone number of any subcontracting firm retained for the project on the form provided in the Bid Package. All Subcontractors are responsible to secure and pay for any and all applicable Federal, State, County or local permits and licenses including a City of Apache Junction Business License. 17. PRE-CONSTRUCTION MEETING The Vendor may be asked to participate in a pre-construction conference with District after the execution of the Contract, but prior to beginning work. 18. GUARANTEES AND WARRANTIES The Vendor shall warrant to the District that furnished under the Contract will be new, of the highest quality and free from defects, and that the installation will conform to the requirement of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. The Vendor shall warranty the for a period of two (2) years following the date of startup and final acceptance by the District. The warranty will not apply to normal wear and tear or defects caused by abuse. 19. PREVAILING WAGE The minimum rate of wage for any laborers and mechanics employed by the Vendor or any Subcontractor on the project shall be as required by State or Federal law. Instructions to Bidder Page 6 of 8

20. ACCEPTANCE OF PROJECT Upon notice that the Work is ready for final inspection or acceptance, the District s Authorized Representative shall promptly cause to be made an inspection. When the District s Authorized Representative finds the Work acceptable under the terms of the Contract Documents, the Vendor shall submit an invoice to the District for the balance due the Vendor. 21. PAYMENT The Contract sum shall be the total amount payable to the Vendor for the performance of the Work under the Contract Documents with the addition of changes authorized by properly executed Change Orders. After the delivery of the to the District and within 30 days after receipt of a proper invoice and releases, the District will pay 90% of the Contract sum to the Vendor. The remaining 10% will be paid once the unit has been installed, tested and accepted by the District. If the District believes that additional work is required, it may deduct the total cost of such additional work from the amount to be paid to the Vendor. No final payment shall become due until the Vendor submits to the District all required lien waivers, releases and any other data establishing payment or satisfaction of all of the Vendor s obligations. If any Subcontractor refuses to furnish a release or waiver required by the District, the Vendor may furnish a bond satisfactory to the District to indemnify it against any such lien. If any such lien remains unsatisfied after all payments are made, the Vendor shall refund to the District all money that the District may be compelled to pay in discharging such liens, including all costs and legal fees. 22. CITY SALES TAX The Vendor is responsible for the reporting and payment of any and all taxes due. information, contact the City of Apache Junction Business License Clerk, at (480) 671-5090. For further Instructions to Bidder Page 7 of 8

Conceptual Plan EXISTING SEWER MANHOLE N EXISTING 20 GRAVITY LINE TO FILTER(S) Instructions to Bidder Page 8 of 8

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 Project 18.C.18 BID UNDERSTANDING & AGREEMENT Must be returned as part of bid proposal The Undersigned hereby offers and agrees to furnish the products, materials, services or construction in compliance with all terms, conditions, specifications and amendments in the Invitation for Bids, this Agreement and any written exceptions in the offer. Undersigned also certifies by signing and submitting this offer and Agreement that Undersigned has the legal authority to enter into a contract with the District. For clarification of this offer, contact: Name: Phone: Company Name: Address: City: State: Zip: Phone: Fax: _ E-Mail Address: Federal ID Number: Type of Legal Entity (select applicable box): Corporation LLC Partnership Sole Proprietor Other Signature of Person Authorized to Sign Offer: Printed Name: Title: Date: Bid Proposal Page 1 of 5

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 Project 18.C.18 COST PROPOSAL Must be returned as part of bid proposal DESCRIPTION Quantity Unit Price Extended Price Disk Filter including all Appurtenances & Control Panel 1 EA $ $ O&M Manual 1 LS $ $ Start-Up & Testing 1 LS $ $ 2 Year Warranty 1 LS $ $ All Other Work 1 LS $ $ Tax ( %) $ Freight $ TOTAL COST $ Miscellaneous Charges (provide explanation below): $ Bid Proposal Page 2 of 5

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 Project 18.C.18 EXCEPTIONS - ADDITIONS CORRECTIONS Must be returned as part of bid proposal For uniformity comparison purposes, all previous documents shall be completed as received from the Superstition Mountains Community Facilities District No. 1. Should the Bidder wish to note any exceptions, additions, or corrections, do so separately on this page and submit with bid. Please check box if NONE Bid Proposal Page 3 of 5

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 Project 18.C.18 Required Supplemental Information Must be returned as part of bid proposal Guaranteed delivery date if awarded on December 6, 2017: Number of years experience as a manufacturer of municipal wastewater equipment: Total number of installations in the United States: Location of nearest authorized service center: Provide 3 references included in total number of installations in United States where comparable equipment is installed: Company: Contact Person: Telephone: Address: REFERENCE #1 Email: Installation Date: Company: Contact Person: REFERENCE #2 Telephone: Address: Email: Installation Date: Company: Contact Person: REFERENCE #3 Telephone: Address: Email: Installation Date: SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 Bid Proposal Page 4 of 5

Project 18.C.18 LIST OF SUBCONTRACTORS Must be returned as part of bid proposal Please check box if NONE SUBCONTRACTOR #1 Firm: Address: Telephone: Principal: SUBCONTRACTOR #2 Firm: Address: Telephone: Principal: SUBCONTRACTOR #3 Firm: Address: Telephone: Principal: SUBCONTRACTOR #4 Firm: Address: Telephone: Principal: Bid Proposal Page 5 of 5

VENDOR CHECK LIST PRIOR TO SUBMITTING YOUR BID YOU SHOULD VERIFY THAT THE FOLLOWING ITEMS HAVE BEEN COMPLETED. Completed and signed the Bid Understanding and Agreement? Verified your extensions and bid amounts? Clearly noted all exceptions to District specifications? Enclosed full descriptive information requested? Enclosed W-9? Enclosed copy of Arizona business license? Addressed bid envelope per instructions?