Loading...
HomeMy WebLinkAbout000865 Original Contract City of Port Angeles Record #000865 CONTRACT DOCUMENTS for WWTP Digester Gas Flare Controls PURCHASE CONTRACT NO. WW-14-033 �OF poRrpN�� CITY OF PORT ANGELES WASHINGTON DECEMBER 2014 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, P.E. DEPUTY DIRECTOR OF PUBLIC WORKS & UTILITIES Review b . f F epp P untenney, P.Euty Director of Public Work. Utilities Rev'ewed by: illiam Bloor City Attorney Page 1 of 17 December 03, 2014 h,L0 P011y-4 C� CITY OF PORT ANGELES - INVITATION TO BID nC� For "CGS RNO�J WWTP Digester Gas Flare controls Sealed bids will be received by the Director of Public Works & Utilities until 2:OOPM, Monday, December 22th, 2014, 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: Shand and Jurs Model 97301T Flare (Minus candlestick flare unit) or equal Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing contracts(ccr7,cityofpa.us . All bids must be on the form provided. Faxed 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: December 22th 2014. PURCHASE CONTRACT NO. WW-14-033. 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: Lucy Hanley, Contracts Specialist PO Box 1150, 321 East 5th Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: December 10th, 2014 Project No. WW-14-033 Page 2 of 17 1j Of PORT A,0 INSTRUCTIONS FOR BIDDERS Equipment Bids c(� "+M9 Rtlo BID SUBMITTAL: All bids must be made on the required bid All bids must be sealed with the outside of form and in cases of bid price extension the envelope marked with the BID errors, the unit prices will govern. All blank OPENING DATE December 22`h, 2014. spaces for bid prices must be filled in, with PURCHASE CONTRACT NO. WW-14-033. ink or typewritten, and the bid form must be The NAME AND ADDRESS OF THE fully completed and executed when BIDDER shall also appear on the outside of submitted. Only one copy of the bid form is the envelope. Bids shall be directed to the required. Faxed bids will not be Director of Public Works and Utilities, Attn: accepted. Failure to adhere to instructions Lucy Hanley and mailed to PO Box 1150, or may constitute disqualification 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. WW-14-033 Page 3 of 17 initial quantities to be ordered. Purchase SAFETY: Orders for additional quantities may be This unit shall completely comply with all placed with successful bidders over this State and Federal laws, rules, regulations period from the date of award. Prices bid and codes in effect at the time of delivery. shall be good for all equipment and materials ordered during that period. All The unit shall be tested by the successful orders shall be placed using City of Port bidder for compliance with all OSHA/WISHA Angeles Purchase Orders. Payments shall regulations and the State Department of be made monthly for materials received and Labor and Industries Safety Rules. invoiced. DELIVERY& ACCEPTANCE: Minority and women owned businesses The successful bidder shall be responsible shall be afforded full opportunity to submit for delivery to the City's Wastewater bids in response to this invitation, shall not Treatment Plant, 1509 East Columbia be discriminated against on the grounds of street, Port Angeles, Washington, between sex, race, color, age, national origin or the hours of 7:00 AM and 3:00 PM during handicap in consideration of an award of the City's normal work day. Delivery shall any contract or subcontract, and shall be be made within the time period specified on actively solicited for participation in this 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. Project No. WW-14-033 Page 4 of 17 The Vendor will then sign the duplicate sets 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, Contracts Specialist, (360) 417- 4541 or to contracts()..cityofpal.us . Project No. WW-14-033 Page 5 of 17 1'0,FOH74NCF N CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS "HKS 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 product manufacturing time begins after approval of drawings. The successful bidder shall be responsible for delivery to the City's Wastewater Treatment Plant, 1509 East Columbia 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 and actual 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 authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. c. The total amount of liquidated and actual damages assessed to the Contractor shall not exceed 20% of the contract value. 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. WW-14-033 Page 6 of 17 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting from non-conformity 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, but no later than eighteen (18) months, 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. WW-14-033 Page 7 of 17 (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 Superior 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. WW-14-033 Page 8 of 17 The equipment shall be tested by the successful bidder for compliance with all OSHA/WISHA 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. WW-14-033 Page 9 of 17 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this �a day of , 2015, between the City of Port Angeles (hereinafter called the "City') and GPE Con ols, 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 III 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. WW-14-033 Page 10 of 17 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 SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. Project No. WW-14-033 Page 11 of 17 ARTICLE VIII 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. GPE CONTROLS, INC. CITY OF PORT ANGELES By: By: c Title: ftbpuA( A Title: nor Dated: � P,-� Dated: ATTEST: ATTEST: ity Clerk Appr ed to as tPJorm City Attorney Project No. WW-14-033 Page 12 of 17 City of Port Angeles Schedule A Invitation for Bid WWTP Digester Gas Flare Controls Purchase Contract: WW-14-033 GENERAL DESCRIPTION: • Ground Level Natural Gas Pilot: •Stainless Steel Pilot Nozzles - NEMA 4X Control Panel with Touch Screen Controls • Solenoid Valve, Pressure Gauge and Isolation Valve • Mounting Panel • Heater and Thermostat • Flame Checks Included. DELIVERY DATE REQUIRED: The Bidder must state on the Bid Form the estimated number of days after the date the purchase order is issued that product will be delivered to the City. The maximum number of days shall not exceed 90 days. WARRANTY: One (1) year minimum from delivery acceptance date by the City. DESCRIPTION The flare control system shall be a complete, pre-assembled and operable package (controls and peripheral equipment) furnished by the flare manufacturer. All control components shall be shop tested and certified by the manufacturer prior to delivery. The flare manufacturer shall provide two detailed operation and maintenance manuals for the specific unit supplied. This manual will include detailed operating instructions, recommended maintenance schedules and procedures. Equipment supplied to be able to automatically operate a "Whessoe Varec"model #44-244W3192200SPC Digester Gas Flare. Successful Bidder must supply all of the equipment needed to operate this 3 inch flare in either a fully automated continuous or intermittent pilot. The control panel must be a NEMA 4X, equipped with a touch screen, 3 alarm outputs (minimum) and all solid state controls. The mounting panel for the valves, solenoids, control panel and associated piping shall be be constructed of 304 stainless steel (minimum 10 gauge metal). Operating criteria: The flare pilot shall be intermittent, operating only during the flaring sequence or to restart the flare during re-ignition attempts within the ignition sequence. While flaring, the continuous pilot shall remain lit to assist in the destruction of H2S, NOx, and SOx. The pilot inlet pressure shall be a minimum of 4 Water Column (WC) to 27" WC pressure of propane, natural gas or digester gas (500 BTU/cu ft minimum) as specified. Control of the gas pressures for the continuous and retention pilots shall be done with atmospheric regulators. The pilot system shall receive combustion air utilizing an air blower and mixing the pilot fuel and air in a mixing chamber. The air/fuel mixture shall be controlled by valving on the air inlet of the blower. Ignition flashback shall be prevented with a field replaceable woven mesh element. The use of mechanical flashback devices shall not be permitted. The system shall use the existing retention and continuous pilot nozzles. The pilot shall be ignited by a ground level "spark plug" igniter to keep all parts of the ignition system out of the heat of combustion. Ignition voltage shall be provided by a 120v/6000 VAC ignition transformer, mounted in the pilot control panel. High voltage / high temperature lead wire shall be utilized between igniter and ignition transformer. Pilot fuel gas lines shall be 1/2 ", schedule 40, stainless steel for the retention pilot and 2", schedule 40, stainless steel for the continuous pilot. The inlet gas connection shall be 1" NPT. The pilot control system shall contain all solenoid valves, gauges, blower, mixing chamber and piping as necessary to have a complete and operational system. System must provide a test point for the atmospheric regulator. Pilot fuel consumption shall not exceed 1.0 CFM for propane or natural gas and 1.25 CFM for digester gas. Temperature monitoring: The Flare peripherals shall utilize a single thermocouple with a minimum length of 36" that mounts to the integral thermo-well located in the continuous nozzle of the existing flare. It will extend to ground level and terminate into aluminum NEMA 4X junction box. The thermocouple shall be positioned to accurately monitor the pilot temperature. All monitoring of temperature set points and their subsequent adjustment shall be managed through a programmable temperature controller that can be accessed from the outside of the pilot control panel. An operator interface touch screen shall be provided at the control panel so that users can interact with the controls and PLC from outside the cabinet. Project No. WW-14-033 Page 13 of 17 City of Port Angeles Bid No.WW-14-1133 BID FORM WWTP Diaester Gas Flare Controls 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. Bid Item Description Unit Price Total Price j (WWTP Digester Gas Flare s �, el f} ley", ei o 6,v 6j 1 controls) { € Sales 1, g A %)1 -1.�5` it j/ T e l Bid Am uf Product Estimated Delivery Days to City; Indicate estimated number of days after the purchase order is received that the product will be delivered to the City. The maximum number of days shall not exceed 90 days. 51t I ------_ _-- _ ----- Project No. WW-14-033 page 14 of 17 City of Port Angeles Bid No. WW-14033 WwTP Digester Gas Flare Controls BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notice? Yes No ADDENDA ACKNOWLEDGM T. The bidder hereby acknowledges that it has received Addenda No(s). to this project manual. i The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER GPE Controls, Inc TYPE OF BUSINESS: X Corporation Partnership (general) L Partnership (limited) Sole Proprietorship U Limited Liability Company ADDRESS 5911 Butterfield Road CITY/STATE/ZIP Hillside. Illinois 60162 PHONE (708) 236-6000 FAX (708) 236-6006 NAME (PLEASE PRINT) Michael Landato TITLE Eqeckef;-4 6,vij 'Z SIGNED DATE —1 7q A///tZ,,1 DA Project No. WW-14-033 Page 15 of 17 � NON-COLLUSION AFFIDAVIT STATE OFWASHINGTON \ COUNTY OF ) The mdmrsigned, being first duly sworn on ooth, says that the hid herewith submitted is o genuine and not a skern or collusive bid, or made in the interest or on behalf mfany person not therein named; and (m)he further says that the said bidder has not directly orindirectly 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 himther self an advantage over any other bidder or bidders. Signature of Bidder/Contractor Subscribed and sworn to behzna me this LIJLday of 20 No py/ Pub[14,i and for the OFFICIAL SEAL S of & J" NAGLE Residing NOTARY RXIM-STATE OF UNOIS at C_ MYCOMMMONE)MSIUM7 My Comm. Exp.: LWT'." Project No. VVVV-14~833 Page 10of17 V0 7.4 BIDDER'S CHECKLIST 0 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. WW-14-033 Page 17 of 17