Loading...
HomeMy WebLinkAbout001013 Original Contract City of Port Angeles Record # 001013 CONTRACT DOCUMENTS for PUMP STATION # 10 GENERATOR PURCHASE CONTRACT NO. MEC15-36 �OF PORT AV, KS ANpJ CITY OF PORT ANGELES WASHINGTON NOVEMBER 2015 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS &UTILITIES MIKE PUNTENNEY, P.E., DEPUTY DIRECTOR OF PUBLIC WORKS &UTILITIES Reviewed by: App ved by: ike Puntenney,P.E. Nvilliarn Bloor Deputy Director of Public orks& tilities City Attorney PROJECT NO.MEC15-36 PAGE 1 OF 16 November 18, 2015 CITY OF PORT ANGELES +oFpORigNGF INVITATION TO BID ° For PUMP STATION#10 GENERATOR Sealed bids will be received by the Contract Specialist until 2:00PM, December 8, 2015, and will be opened and read in the Public Works conference room, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: One(1) 35KW three phase 480 volt generator Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing contractskcityofpa.us . All bids must be on the form provided. Faxed or email bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive minor irregularities in the bidding process. 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. Mike Puntenney,P.E. Deputy Director of Public Works &Utilities PUBLISH: Peninsula Daily News: November 22, 2015 fy3 8 PROJECT NO.MEC15-36 PAGE 2 OF 16 F PORT ANG,F V ,�N INSTRUCTIONS FOR BIDDERS Equipment Bids WORKS ANa� BID SUBMITTAL: adhere to instructions may constitute disqualification of proposal. All bids must be sealed with the outside of the envelope marked with the BID OPENING COMPLIANCE WITH SPECIFICATIONS: DATE DECEMBER 8, 2015, PURCHASE The equipment must be in accordance with the CONTRACT NO. MEC15-36. The NAME specifications. AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids Failure on the Contractor's part to comply with shall be directed to the Contract Specialist, and any specification herein will be grounds for mailed to PO Box 1150, or delivered to 321 East disqualification of the bid. Fifth Street, Port Angeles,Washington 98362. All items called for in the specifications, It is the intent of the attached specifications to including but not limited to the equipment describe the minimum requirements for the constructed as shown, and the necessary equipment requested in sufficient detail to manuals, must be complied with before the final secure bids on comparable equipment. All parts payment can be processed. which are necessary in order to provide a Where the description of an item includes both complete unit as described, meeting all safety specifications and a brand naive and number, the requirements, and ready for operation, shall be specifications shall govern in case of conflict. included in the bid and shall conform in Brand name and number are for reference as to strength, quality of workmanship and material to the type and quality required and do not that which is usually provided the trade in preclude offers of a comparable or better general. Any variance from the specifications or product, provided full specifications and standards of quality must be clearly pointed out in writing by the bidder. descriptive literature accompany the offer. Failure to include full descriptive literature may Do not make reference to brochures or be cause to reject the offer. supporting literature on the bid sheet. All WARRANTY: notations for bid compliance or exceptions The purchased supplies or equipment furnished are to be made on the bid sheet or on a plain must have full manufacturer's warranties, and piece of paper attached and referenced to the the warranties must inure to the benefit of the bid item. City. If a bidder's corporate policy mandates use of an Vendor agrees to these warranty provisions by official quotation form, it may be submitted. signing the bid proposal. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. SAFETY: The City's bid sheet must be signed by the This unit shall completely comply with all State bidder or its agent in order for the proposal and Federal laws, rules, regulations and codes in to be accepted. If alternate equipment is effect at the time of delivery. proposed, bidders are required to submit a separate bid sheet for each unit offered. The unit shall be tested by the successful bidder for compliance with all OSHA/WISHA All bids must be made on the required bid form regulations and the State Department of Labor j and in cases of errors in the extension of prices and Industries Safety Rules. in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink DELIVERY&ACCEPTANCE: or typewritten, and the bid form must be fully The successful bidder shall be responsible for completed and executed when submitted. Only delivery to the City's Pump Station # 10, 1229 one copy of the bid form is required. Faxed and 1/2 West 12" Street, Port Angeles, Washington, emailed bids will not be accepted. Failure to between the hours of 7:00 AM and 3:00 PM during City's normal work day. Delivery shall PROJECT NO.MEC15-36 PAGE 3 OF 16 be made within the time period specified on the shall be made monthly for materials received Bid Form. and invoiced. For any exception to the delivery date as Minority and women owned businesses shall be specified in this Contract, Vendor shall give afforded full opportunity to submit bids in prior notification and obtain written approval response to this invitation, shall not be thereto from the City. Time is of the essence and discriminated against on the grounds of sex, the Contract is subject to termination for failure race, color, age, national origin or handicap in to deliver as specified and/or appropriate consideration of an award of any contract or damages. The acceptance by the City of late subcontract, and shall be actively solicited for performance with or without objection or participation in this project by direct mailing of reservation shall not waive the right to claim the invitation to bid to such businesses as have damage for such breach nor constitute a waiver contacted the City for such notification. Further, of the requirements for the timely performance all bidders are directed to solicit and consider of any obligation remaining to be performed by minority and women owned businesses as Vendor. potential subcontractors and material suppliers for this project. GENERAL, INFORMATION: The City of Port Angeles reserves the right to Signing of the bid sheet by Bidder and consider delivery time and may waive any minor subsequent acceptance by the City of the lowest irregularities or minor defects or reject any and responsive bid will constitute a binding all bids. Any bid may be withdrawn prior to the agreement between the City and Bidder. Bidder above scheduled time for the opening of bids or understands and agrees that final contract authorized postponement thereof. Any bid payment will not be made until the City received after the time and date specified shall certifies that all stated specifications have been not be considered. No Bidder will be permitted complied with and the equipment is delivered to withdraw its proposal between the closing and accepted by the City. time for receipt of proposals and the execution of contract, unless the award is delayed for a Bids will be evaluated and submitted to the period exceeding sixty (60) calendar days. The authorized purchasing agent for approval as City of Port Angeles may, at its option, in soon as possible after bid opening. All bidders awarding this purchase contract, take into will be notified of results in writing. consideration the revenue it would receive from purchasing the equipment from a supplier Upon award of the contract to the successful located within its boundaries, in accordance with bidder, the City will send the Contractor RCW 39.30.040. duplicate, complete sets of Contract Documents, which will include the City's Purchase Order For the Schedule(s), offers made in accordance Requisition. The Purchase Order Requisition with the Invitation to Bid shall be good and firm will include the final agreed upon price and the for the period of l year after contract award specific equipment and options being purchased. unless the Bidder specifically limits its offer to a The Vendor will then sign the duplicate sets of shorter period by written notification on the bid Contract Documents and return them for signing document. However,bids so modified may be by the City. Each party will retain a fully declared non-responsive. Quantities shown are executed set of the Contract Documents. of total estimated initial quantities to be ordered. Purchase Orders for additional quantities may be The Invitation to Bid is released by the City of placed with successful bidders over this period Port Angeles Public Works and Utilities from the date of award. Prices bid shall be good Department, which shall act as sole point of for all equipment and materials ordered during contact for administration of the bidding. that period. All orders shall be placed using Questions should be directed to Lucy Hanley, City of Port Angeles Purchase Orders. Payments Contract Specialist, (360) 417-4541 or to contracts(,cityofpa.us . PROJECT NO.MEC15-36 PAGE 4 OF 16 1'0 5>ORT4, U ®N CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS "RK$AHOJ 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. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items. Not more than 50% of the contract amount will be paid prior to receipt of the generator. 4. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 5. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of 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. 6. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 7. 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, suite or proceedings. 8. 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 five years 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 only during the first year of the warranty period. However, the Contractor's liability for the transportation charges shall not exceed an amount PROJECT NO. MEC15-36 PAGE 5 OF 16 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 8.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 8.a of this clause; or (2) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. 9. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 10. 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. 11. 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. 12. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein that occur prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 13. 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. 14. 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. 15. 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 PROJECT NO. MEC15-36 PAGE 6 OF 16 Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 16. 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. 17. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 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. 18. 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. MEC15-36 PAGE 7 OF 16 PURCHASE CONTRACT THIS AGREEMENT is made and entered into as of the date of the last signature affixed below, between the City of Port Angeles (hereinafter called the "City") and GenTech Northwest LLC (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 Tenns 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.MEC 15-36 PAGE 8 OF 16 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 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. PROJECT NO.MEC15-36 PAGE 9 OF 16 GENTECH NORTHWEST LLC CITY OF PORT ANGELES 1911n, By: By: Title: Title: Dated: Dated: ATTEST: ATTEST: ity O.erk Apkroved to/as t fo City Attofff-e-y- Project No.MEC15-36 Page 10 of 16 CITY OF PORT ANGELES SCHEDULE A INVITATION FOR BID PUMP STATION # 10 GENERATOR PURCHASE CONTRACT:MEC15-36 GENERAL DESCRIPTION: The purpose of this specification is to obtain one 35KW three phase 480 volt generator per the specifications below. ITEMS TO BE INCLUDED WITH BID: All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component. Bidder is to include the factory brochure with the bid. Equipment that has had its features or size reduced to below what the factory says is necessary will not be accepted. Features and/or minimums listed on this brochure as a factory required minimum for the size of the unit bid must be included in the bid to ensure that the equipment offered not only meets specifications,but also includes factory-listed requirements for its particular size. CONTRACT PERIOD: The Contract is to be in effect for a period of one year from the date of the award. PRICING: A. The City reserves the right to increase or decrease quantities under this Contract and pay according to the unit prices quoted in the proposal any time during the Contract period. B. The City is entitled to any promotional pricing during the Contract period which is lower than pricing as provided in the bid. DELIVERY DATE: The bidder must state on the bid proposal sheet the number days after the date the purchase order is issued that delivery of all Contract specified units are guaranteed. The successful bidder shall be responsible for delivery to the City's Pump Station # 10 1229 '/ West 12 1h Street, Port Angeles Washington, between the hours of 7:00 AM and 3.00 PM during City's normal work day. Delh,eryshall be made within the time period specified on the Bid Farm. LATE DELIVERY: All equipment must be completed and ready for inspection,with appropriate invoices, no later than the agreed delivery date. All equipment is to be delivered within the number of days bid by the vendor and specified in the bid specifications. For equipment delivered to the City by the vendor, date of delivery will be date of receipt and/or acceptance of the equipment, whichever is later, at customer user's location. For equipment to be picked up at dealer's facility for credit, date of delivery will be considered to be the date the vendor notifies user that equipment is available for pickup. DELIVERY LOCATION: 1229 '/z West 12th Street Port Angeles, WA. 98363 Project No.MEC15-36 Page 11 of 16 BID EVALUATION: The award of this contact will be to the lowest responsible bidder. Minor deviations from these specifications will be considered,provided the manufacturer or dealer submits in writing a full description, in detail, for each variation,with reference made to each item to which the variation will apply. These variations must be submitted with, and made a part of, this bid. If no variations are called out,the bidder will be required to meet or exceed each item in the specifications as written. The City will make evaluation on information supplied. If more than one make or model is offered, please copy the appropriate bid sheets. A separate bid shall be submitted for each item to be evaluated. APPROVED EQUAL: The term"Approved equal" shall mean that the quality of equipment must meet the quality of the named reference and receive City approval. The City shall be the sole arbiter in the determination of equality and reserves the right to reject any and all bids and accept the bid or bids that, in the sole and absolute judgment of the City, will best serve the interests of the City. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT: • Signed priced invoice • ASCII and paper copy of Equipment Parts Line Setting Chart • Pre-delivery inspection report • Warranty books • Parts, service and operator's manuals and drawings (as per specifications) • All documents required for Licensing and Registration if required All items called for in the specification, including,but not limited to, the necessary manuals, must be supplied to, or in the case of training, scheduled with, the City before the final invoice will be processed. The application for Certificate of Title must have the following address: City of Port Angeles 321 E. 5"' Street P.O. Box 1150 Port Angeles,WA 98362 AVAILABILITY: In the event items ordered become unavailable and cannot be supplied out of current model year production, a unit deemed by the City to be equal must be supplied. If a substitute is not available or acceptable, then a similar unit from the next model year must be supplied at the same price. If time does not permit this,the order may be canceled, and the equipment purchased from other sources. The vendor will reimburse the City for all costs over the contract price. If substitute/similar unit is obtained,vendor will not be assessed the liquidated damages cited above. WARRANTY REPAIRS: The bidder awarded this Contract will be responsible for any warranty repair work required on any equipment or options installed per specifications. Project No.MEC15-36 Page 12 of 16 SPECIFICATIONS FOR GENERATOR: CATEGORY ITEM MINMUM SPECIFICATIONS COMPLY I EXCEPTIONS All unspecified, installed components will be configured to match or exceed industry and safety standards for the requested equipment type. This unit will be designed and constructed in accordance with all current industry standards and will be in compliance with all applicable laws, rules, regulations and standards in effect at the time of manufacture. All equipment that is considered by the factory as.standard, unless specifically called out in the specifications to be deleted, will be included. 35KW Standby Generator Generator 35KW,three phase,480 volt industrial grade 1 standby generator delivered to specified location in Port An eles 2 Unit will be propane powered and liquid cooled. Unit will have a completely enclosed lockable 3 housing. Sound proofmg will be installed to limit noise to 70-79 db. 4 Battery will be supplied with the unit Unit will be propane fueled. A propane 5 regulator and all gas lines and connections will be supplied.Propane supply will be liquid to the re lator and gas to the generator. Other 6 All electrical wiring and conduct to connect Electrically unit will be supplied 7� Equipment 7 A new 480 volt transfer switch will be supplied Installation, Factory warranty for the generator will be 5 Training& 8 years Paper work ------ _ _ All permits and license fees will be they 9 responsibility of the bidder Installation labor,testing, start up,warranty registration and programming will be included 10 by the bidder (all labor MUST be bid and paid at prevailing wage) 11 Two sets of as built service and parts manuals will be supplied with the unit Orientation and operator training for the f' 12 Wastewater crew is required from the bidder X,'-"6"# i Delivery Indicate estimated number of days after the 13 Purchase order is received that initial delivery DAYS: _ will be shipped to the city,not to exceed 120 days Project No.MEC15-36 Page 13 of 16 CITY OF PORT ANGELES Bid.No. MEC15-36 BID FORM Pump Station#10 Generator !Bidder must bid on all bid items for a bid to be considered valid. Contract will be awarded to the Ibidder submitting the lowest cost conforming bid for delivery within the times specified. The bidder hereby bids the following amounts for all material described in the Contract Documents. BID ITEM: DESCRIPTI�INS: QUAl�1TITY UNIT 1EXTENDED (EACH) PRICE: I AMOUNT 35KW three phase 480 volt generator l rei �t -----_�.Sales Tax_.8.4"/�._._._.� Total Amount ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). I to this project manual. 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. `f' FULL LEGAL NAME OF BIDDER�m1,.1� �'0 ' �`-',-s °t___�✓ TYPE OF BUSINESS: ❑ Corporation ❑ Partnership(general) ❑ Partnership (limited) ❑ Sole Proprietorship Limited Liability Company ADDRESS CITY/STATE/ZIl',_ i � _ PHONE FAX_ NAME(PLEASE PRINT) TITLE 7 t v -4- -DATE Project No.MEC15-36 Page 14 of 16 �y NON-COLLUSION A.FFIIDAVIT STATE OF WASHINGTON) COUNTY OF ieitr(,P ) The undersigned,being first duly 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 has 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 him/her self an advantage over any other bidder or bidders. 6, S` e of Bidder/Contractor Subscribed and sworn to before me this �day of_ � YJ 20 Notary Public State of Washington Notary Public in and for the MENGJiA MANG State of U� iY)0ion My Appointment Expires Sep 14, 2019 _ Residing at My Comm. Exp.: Project No.MEC15-36 Page 15 of 16 ♦y�poar���E BIDDER'S CHECKLIST �""fSS Aim 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. Has the product descriptive literature being included with the Bid Form? 5. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No.MEC15-36 Page 16 of 16