Loading...
HomeMy WebLinkAbout000676 Original Contract City of Port Angeles Record #000676 PROJECT MANUAL CONTRACT DOCUMENTS for WOOD POWER POLES PURCHASE CONTRACT NO. LO-13-018 OF pORT4N� 10C� �v ��ORKS CITY OF PORT ANGELES WASHINGTON August 2013 CRAIG FULTON, DIRECTOR OF PUBLIC WORKS & UTILITIES MAHER ABED, DEPUTY DIRECTOR OF OPERATIONS Reviewed by: Approved by: 14 Maher Abed William Bloor Deputy Director of Operations City Attorney Project No. LO-13-018 page 1 of 18 August 21, 2013 F4°-'qNo CITY OF PORT ANGELES INVITATION TO BID For WOOD POWER POLES Sealed bids will be received by the Director of Public Works & Utilities until 3:0013M, Tuesday, September 17, 2013, and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: Wood Power Poles: 40 & 45 feet class 2 and 3 Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailin.g contracts(a7cityofpa.us . All bids must be on the form provided. Faxed or emailed bids shall not be accepted. The City of Port Angeles (hereafter "City") reserves the right to reject any or all bids and to waive minor irregularities in the bidding process. Subject to the foregoing, the contract may be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE: SEPTEMBER 17, 2013, PURCHASE CONTRACT NO. LO-13-018. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Craig Fulton, Director of Public Works & Utilities PO Box 1150, 321 East 5t" Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: September 30, 2013 Project No. LO-13-018 Page 2 of 18 PORTA ft%SP INSTRUCTIONS FOR BIDDERS 1 Equipment Bids f(8 PND BID SUBMITTAL: All bids must be made on the required bid form and in cases of bid price extension All bids must be sealed with the outside of errors, the unit prices will govern. All blank the envelope marked with the BID spaces for bid prices must be filled in, with OPENING DATE SEPTEMBER 17, 2013, ink or typewritten, and the bid form must be PURCHASE CONTRACT NO. LO-13018. fully completed and executed when The NAME AND ADDRESS OF THE submitted. Only one copy of the bid form is BIDDER shall also appear on the outside of required. Faxed or emailed bids will not the envelope. Bids shall be directed to the be accepted. Failure to adhere to Director of Public Works and Utilities, Attn: instructions may constitute disqualification Craig Fulton and mailed to PO Box 1150, or of proposal. delivered to 321 East Fifth Street, Port Angeles, Washington 98362. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with It is the intent of the attached specifications the specifications. to describe the minimum requirements for the equipment requested in sufficient detail Failure on the Contractor's part to comply to secure bids on comparable equipment. with any specification herein will be grounds All parts which are necessary in order to for disqualification of the bid. provide a complete unit as described, meeting all safety requirements, and ready All items called for in the specifications, for operation, shall be included in the bid including but not limited to the equipment and shall conform in strength, quality of constructed as shown, and the necessary workmanship and material to that which is manuals, must be complied with before the usually provided in the general trade. Any final payment can be processed. variance from the specifications or standards of quality must be clearly stated Where the description of an item includes in writing by the bidder. both specifications and a brand name and number, the specifications shall govern in Do not make reference to brochures or case of conflict. Brand name and number supporting literature on the bid sheet. All are for reference as to the type and quality notations for bid compliance or required and do not preclude offers of a exceptions are to be made on the bid comparable or better product, provided full sheet or on a plain piece of paper specifications and descriptive literature attached and referenced to the bid item. accompany the offer. Failure to include full descriptive literature may be cause to reject If a bidder's corporate policy mandates use the offer. of an official quotation form, it may be submitted. However, the cost data must be WARRANTY: duplicated on the City's bid cost data and The purchased supplies or equipment agreement sheet. The City's bid sheet furnished must have full manufacturer's must be signed by the bidder or its agent warranties, and the warranties must inure to in order for the proposal to be accepted. the benefit of the City. If alternate equipment is proposed, bidders are required to submit a separate bid sheet Vendor agrees to these warranty provisions for each unit.offered. by signing the bid proposal. Project No. LO-13-018 Page 3 of 18 Orders for additional quantities may be SAFETY: placed with successful bidders over this This unit shall completely comply with all period from the date of award. Prices bid State and Federal laws, rules, regulations shall be good for all equipment and and codes in effect at the time of delivery. materials ordered during that period. All orders shall be placed using City of Port The unit shall be tested by the successful Angeles Purchase Orders. Payments shall bidder for compliance with all OSHAIWISHA be made monthly for materials received and regulations and the State Department of invoiced. Labor and Industries Safety Rules. Minority and women owned businesses DELIVERY & ACCEPTANCE: shall be afforded full opportunity to submit The successful bidder shall be responsible bids in response to this invitation, shall not for delivery to the City's Maintenance Yard, be discriminated against on the grounds of 1707 South A Street, Port Angeles, sex, race, color, age, national origin or Washington, between the hours of 7:00 AM handicap in consideration of an award of and 3:00 PM during the City's normal work any contract or subcontract, and shall be day. Delivery shall be made within the time actively solicited for participation in this period specified on the Schedule(s). project by direct mailing of the invitation to bid to such businesses as have contacted GENERAL INFORMATION: the City for such notification. Further, all The City of Port Angeles reserves the right bidders are directed to solicit and consider to consider delivery time and may waive any minority and women owned businesses as minor irregularities or minor defects or reject potential subcontractors and material any and all bids. Any bid may be withdrawn suppliers for this project. prior to the above scheduled time for the opening of bids or authorized postponement Signing of the bid sheet by Contractor and thereof. Any bid received after the time and subsequent acceptance by the City of the date specified shall not be considered. No lowest responsive bid will constitute a Bidder will be permitted to withdraw its binding agreement between the City and proposal between the closing time for Contractor. Contractor understands and receipt of proposals and the execution of agrees that no contract payment will be contract, unless the award is delayed for a made until the City certifies that all stated period exceeding sixty (60) calendar days. specifications have been complied with and The City of Port Angeles may, at its option, the equipment is delivered and accepted by in awarding this purchase contract, take into the City. consideration the revenue it would receive from purchasing the equipment from a Bids will be evaluated and submitted to the supplier located within its boundaries, in authorized purchasing agent for approval as accordance with RCW 39.30.040. soon as possible after bid opening. All bidders will be notified of results in writing. For the Schedule(s), offers made in accordance with the Invitation to Bid shall Upon award of the contract to the be good and firm for the period of 90 successful bidder, the City will send the calendar days after contract award Contractor duplicate, complete sets of unless the Bidder specifically limits its offer Contract Documents, which will include the to a shorter period by written notification on City's Purchase Order Requisition. The the bid document. However, bids so Purchase Order Requisition will include the modified may be declared non-responsive. final agreed upon price and the specific Quantities shown are of total estimated equipment and options being purchased. initial quantities to be ordered. Purchase The Vendor will then sign the duplicate sets Project No, LO-13-018 Page 4 of 18 of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents. The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley, Contract Specialist, (360) 4174541 or to contracts cit of al.us . Project No. LO-13-018 Page 5 of 18 OF?OAT qq,0 CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1707 South A Street, Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $12.50 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To pay damages equal to the cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authorize the City to deduct these damages from any money due or coming due to the Contractor. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. Project No. LO-13-018 Page 6 of 18 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting from nonconformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suit(s) or proceedings. 10. WARRANTIES: a. Notwithstanding inspection and acceptance by the City, the articles supplied under this contract, or any condition of this contract concerning the conclusiveness thereof, the Contractor warrants that for a period of one year after delivery and acceptance by the City of Port Angeles, that: (1) All supplies furnished under this contract will be free from defects in material or workmanship and will conform with all requirements of this contract; and 2) The preservation, packaging, packing, and marking, and the preparation for, and method of, shipment of such supplies will conform with the requirements of this contract. b. When return, correction, or replacement is required, transportation charges and responsibility for the supplies while in transit shall be borne by the Contractor. However, the Contractor's liability for the transportation charges shall not exceed an amount equal to the cost of transportation by the usual commercial method of shipment between the place of delivery specified in this contract and the Contractor's plant, and return. c. Any supplies or parts thereof, corrected or furnished in replacement under this clause, shall also be subject to the terms of this clause to the same extent as supplies initially delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration to that in paragraph 10.a of this clause and shall run from the date of delivery of the corrected or replaced supplies. d. All implied warranties of merchantability and "fitness for a particular purpose" are excluded from any obligation contained in this contract. e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles. f. Remedies available to the City. Within a reasonable time after providing notice to the Contractor, the City may either: (1) Require, by written notice, the prompt correction or replacement of any supplies or parts thereof(including preservation, packaging, packing, and marking) that do not conform with the requirements of this contract within the meaning of paragraph 10.a of this clause; or Project No. LA-13-018 Page 7 of 18 (2) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. 11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof. Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 17. ANTI-TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti-trust violations are borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superlor Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 19. BRANDS; When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. Project No. LO-13-018 Page 8 of 18 The equipment shall be tested by the successful bidder for compliance with all OSHANVISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. 21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Project No. LO-13-018 Page 9 of 18 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this day of 004beA— 2013, between the City of Port Angeles (hereinafter called the "City") and McFarland Cascade Holdings, Inc (hereinafter called the "Contractor", "Vendor", or "Bidder"). WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE 1 CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract." All obligations of the City and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the City shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE 111 ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the City. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. Project No. LO-13-018 Page 10 of 18 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the City may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the City may purchase the materials necessary for complete performance of this Contract for the account and at the expense of the Contractor, and the Contractor shall be liable to the City for any excess cost thereby. ARTICLE VII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. Project No. LO-13-018 Page 11 of 18 MCFARLAND CASCADE HOLDINGS, CITY OF PORT ANGELES INC. By: Title: C e r 1� Dated: l5 P Dated: ATTEST: ATTEST: Cit Jerk Approved to as t form V'f� � City Worney Project No. LO-13-018 Page 12 of 18 City of Port Angeles Schedule A Invitation for Bid Wood Power Poles Purchase Contract: LO-13-018 Power poles shall conform to all applicable ASTM and ANSI standards. All lengths have to be structurally equivalent to ANSI. GENERAL DESCRIPTION: Distribution Wood Power Poles DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order. DELIVERY: Delivery shall be F.O.B. Port Angeles Public Works and Utilities pole yard at 1707 South A Street, Port Angeles, WA. 98363; freight prepaid. DELIVERY HOURS: Delivery shall be Monday through Friday, excluding holidays, between the hours of 7:00 AM and 3:00 PM. The Light Operations Division must be notified 24 hours prior to delivery at 360-808-1485. DELIVERY EQUIPMENT: Delivery shall be by self-unloading truck, price to include unloading poles at City pole yard. QUANTITY: See Charts Below Wood Power Poles Bid LENGTH ft): QTY: CLASS: Items: 1 40' 15 Class 2 2 45' 15 Class 2 3 40' 35 Class 3 4 45' 25 Class 3 Specification for Wood Power (Poles—MDOW-001 Poles shall be western red cedar, air dried, machine peeled, unframed, butt treated, of length and class as indicated. Poles shall meet the latest revisions of AWPA Standard U1 and ANSI Standard 05.1. Additional specifications are as follows: 1. Butt treatment shall be Pentachlorophenol per QWPA C7. Treatment and incision shall extend from the pole to butt to 10% of the pole height plus four feet. (For example, the bottom eight feet will be treated on a 40 foot pole.) Complete Project No. LO-13-018 Page 13 of 18 sapwood penetration of preservative must be obtained regardless of sapwood depth. 2. Poles shall not have splits or checks that reduce the pole strength. 3. Pole shapes shall meet or exceed requirements of ANSI 05.1, Section 5.4.9. There shall not be more than % twist of grain in any 15 feet of length. Ninety percent of the poles shall not exceed the sweep requirements of 1-inch in ten feet. The remaining ten percent may have a sweep of one inch in six feet. No poles shall have double or reverse sweep. 4. Maximum butt diameter shall not exceed 16 inches for poles through 55 feet in length. 5. The year, length, class, species and type of preservative shall be stamped or embossed on a two-inch diameter, 24-guage aluminum disc. Disc shall be installed using an aluminum twist nail in a flat bottom gain at a distance of 10 feet from the pole butt to the center of the recess. The year, length, and class shall also appear on the pole bottom, either by stamping into the wood or using a second aluminum disc. 6. Shed roofing shall be a one-way cut at 20 to 30 degrees, and pentachlorophenol brush treated. A random sample of at least ten percent of the poles shall be inspected and approved prior to shipment by Timber Products, Inc. Provide a copy of their inspection report to the City prior to payment. Project No. LO-13-018 Page 14 of 18 McFarland Cascade Holdings Inc 9-172013 City of Port Angeles Biel No. LO-13-018 BID FORM Wood Power Pole Bidder must bid on all bid items for a bid to be considered valid. The bidder hereby bids the following amounts for all material described in the Contract Documents, Wood Power Dotes Bid L NGT tEXTENDED Items: tit.): CI AES. QTY; UNIT PRICE PRICE 1 40' Class 2 15 $587 $8$05 2 45' Class 2 15 $699 $10485 3 40' Cuss 3 35 $507 $17745 4 45' Class 3 25 $612 $15300 *Current applicable = tiuktotal $52,335 sales tax rate will be 8.414 Sales ( ) $4,396.14 applied at time of a � : ' • ' t Total Bid Amount $56,731.14 11VOICe. POLE PRICES ARE BASED ON SHIPPING IN FULL TRUCKLOAD QUANTITIES TOTALLING APPROXIMATELY 42,000#. PRICES ARE VALID FOR ONE YEAR ANNUAL CONTRACT, SUBJECT TO REVIEW AND NEGOTIATION AT THAT TIME. CURRENT PRODUCTION LEAD TIME IS 2 - 3 WEEKS ARO FOR WESTERN RED CEDAR POLES, BUTT PENTA TREATED TO A FINAL NET RETENTION OF 1# PER CU.FT. SHIPPING TO SINGLE DESTINATION IN PORT ANGELES, WA. Projeot No. LO-13-018 Page 15 of 18 McFarland Cascade Holdings Inc 9-17-2013 City of Port Angelus Bid No. LO-13.018 WOOD POWER POLES BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) W11 you sell additional units to the City of Port Angeles at the bid price until further notcYe *Yes, for thone year period of the contract. ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). nla to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal shoot rust be signed and dated by the bidder or a representative legally authorized to hind the bidder» FULL LEGAL. DAME OF BIDDER McFarland Cascade Holdings Inc TYPE OF BUSINESS: Partnership (general) Partnership (limited) Sole:Proprietorship Limited Liability Company ADDRESS 1640 East Marc Street CITYISTATE/ZIP Tacoma, WA 98421 PHONE 2531597-3336 FAX 2,531627-4188 NAME(PLEASE PRINT) Terry E. Berg TITLE Regional Sales Manager SIGNED DATE Project No. LQ-13-018 Page 10 of 18 4w- NON-COLLUSION U ION AFFIDAVIT STATE OF WASHINGTON j COUNTY OF Pierce The undersigned, being first duty sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further Says that the said bidder htas not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a Sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to h'im/her self ars advantage over any other bidder or bidders. Signa BidderiContract Subscribed and sworn to before me this play of � ��� ��, 20 13 FAM .M. BROWN! TARY PUBLIC E OF WAST-INGT N Notary Pu ii an for the FISSION EXPIRES State of� ��� 19,vvvvvvvvvvvvv2D17 Residing at �Ylr1 C f9y Corr M' Exp.; 1 Project No. LU-'13-018 Page 17 of 18 FOR 7r, BIDDER'S CHECKLIST � K 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No. LD-13-018 Page 18 of 18