Loading...
HomeMy WebLinkAbout001302 Original Contract City of Port Angeles Record #001302 PROJECT MANUAL CONTRACT DOCUMENTS for PARKS DEPARTMENT TRUCK #1835 REPLACEMENT PURCHASE CONTRACT NO. MEC-2017-30 0 nr IRI IT A CITY OF PORT ANGELES WASHINGTON June 2017 CRAIG FULTON,P.E.,DIRECTOR OF PUBLIC WORKS&unIXIIES Reviewed by: Appr fi',ed by: fnes Burke With Blamee-Vputytirector of Operations City Atiorney Project No.MEC-2017-30 Page 1 of 16 Foran revised:November 18,2016 CITY OF PORT ANGELES INVITATION TO BID for MEC-2017-30 Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Wednesday, July 12, 2017 and will be opened and read in the Public Works & Utilities Conference Room, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: Schedule A- 2017 or newer 3/4 ton, 2 wheel drive, standard cab, 8' bed pickup truck The material to be bid is fully described in the instructions to bidders and the bid documents. Bid documents may be obtained at the Public Works and Utilities Department, between the hours of Sam and 4:00pm, City of Port Angeles, 321 E. 51 Street, Port Angeles, Washington 98362. Technical questions regarding this bid should be addressed in writing to Brian Coburn at bcoburn p—cit yof a.us between the hours of 7:00am and 3:30pm. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities 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: July 12, 2017 PURCHASE CONTRACT NO. MEC-2017-30. 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, P.E. — Director 321 East Fifth Street Port Angeles, Washington 98362 PUBLISK Peninsula Daily News: Sunday, June 25, 2017 Project No.MEC-2017-30 Page 2 of 16 Form revised: November 18,2016 INSTRUCTIONS FOR BIDDERS MEC-2017-30 BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the words. "BID OPENING DATE: JULY 12, 2017, PURCHASE CONTRACT NO, MEC-2017-30." The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to: Public Works,and Utilities Department Attn: Craig Fulton, P.E. — Director 321 East Fifth Street Port Angeles, Washington 98362 The specifications describe the minimum requirements for the materials requested. All parts included in the bid shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. When the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict, All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted, If alternate materials are proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and each bid form for which the bidder is providing a bid must be fully completed and executed when submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be accompanied by one completed Bid Signature Sheet, one completed Non-Collusion Affidavit form, and full descriptive literature. Faxed or emailed bids will not be accepted. Do not make reference to brochures or supporting literature on the bid sheet, but do include the brochures or supporting literature with the bid. Failure to adhere to instructions may constitute disqualification of proposal. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. All items called for in the specifications, including but not (limited to the equipment constructed as shown, and the necessary manuals, must be completed and delivered before the final payment can be processed. WARRANTY: The purchased vehicle must have full manufacturers new-vehicle warranties, and the warranties must inure to the benefit of the City. Bidder agrees to these warranty provisions by signing the bid proposal. Project No.MEC-2017-30 Page 3 of 16 Form revised: November 18,2016 SAFETY: This unit shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The unit 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. DELIVERY& ACCEPTANCE: The successful bidder shall be responsible for delivery to the 1703 South B Street, Building L in Port Angeles, Washington, between the hours of 7:00 AM and 100 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule but not later than 120 days after the contract is signed. GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any minor irregularities, informalities or defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the bidder specifically limits its offer to a shorter period by written notification on the bid sheet. However, bids so modified may be declared non responsive. 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. Signing of the bid sheet by bidder and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and bidder. Bidder understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. Upon award of the contract to the successful bidder, the City will send the bidder duplicate, complete sets of Contract Documents that will include the City's Purchase Order Requisition. The Purchase Order Requisition will include the final agreed upon price and the specific equipment and options being purchased. The bidder 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 that shall act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley, Contract Specialist in writing by contracts(a-)-cityofpa.us. Project No.MEC-2017-30 Page 4 of 16 Fomi revised:November 18,2016 STANDARD TERMS AND CONDITIONS: 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 THAT ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES- No alteration in any of the terms, conditions, delivery price, quality, quantities, or specifications will be effective without written consent 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. 4. PAYMENTS: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. Payment will be made within 30 days of receipt of invoice. 5, 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 $25 for each working day beyond the number of working days established for physical delivery of the equipment/material; and b. To authorize the City to deduct these liquidated from any money due or coming due to the Contractor. 6. SHIPPING INSTRUCTIONS- Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 7. 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. 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, suite or proceedings. 10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. Project No.MEC-2017-30 Page5 of16 Form revised: November 18,2016 11. ASSIGNMENTS: The provisions or 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 that occur prior to acceptance of the material by the City. 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. ANTI-TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact borne by the City, Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 17. 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 Clallarn County. 18. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 19. ACCEPTANCE: 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.1' EC-2017-30 Page 6 of 16 Form revised: November 18,2016 PURCHASE CONTRACT THIS CONTRACT is made and entered into as of the date of the last signature affixed below, between the City of Port Angeles, non-charter code city and municipal corporation of the State of Washington (hereinafter called the "Purchaser") and Price Ford, Inc., Washington (hereinafter called the "Contractor," "Vendor," or"Bidder"). WITNESSETH: That the Purchaser and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE I 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 Purchaser 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 Purchaser shall give a written interpretation thereof, which interpretation shall govern. ARTICLE 11 CONTRACT COST The Contractor agrees to sell and deliver to the Purchaser, at the delivery points specified by City in the form of a purchase order/requisition, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents, Schedule A 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 Purchaser. 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 Clallarn County Superior Court. 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. Project No. MEC-2017-30 Page 7 of 16 Form revised; November 18, 2016 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 an employment practices and assuring the service of all patrons and customers without discrimination with respect to the above- stated minority status. ARTICLE VII 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 Purchaser may serve written notice of intent to terminate the Contract upon the Contractor, which notice shall specify the reasons therefore. Unless, within thirty(30)days after serving such notice upon the Contractor, the violation shall cease and an arrangement for the correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the expiration of the thirty(30) days, cease and terminate. In the event of any such termination, the Purchaser may purchase the materials necessary for complete performance of this Contract, and the Contractor shall be liable to the Purchaser 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. This Contract is effective and binding as of the date of the last signature affixed below. PRICE FORD NC CITY OF PORT ANGELES ........... Signature: Signature. ` Title- Title: z; 4 Dated. P7 Dated: _ e , ATTEST: ATTEST: Ci Cle� L C,1 t p vied to as for co xir_ Citi Attornej` Project No,MEC-2017-30 Page8 of 16 Forni revised: November 18,2016, City of Port Angeles Schedule A Invitation to Bid Parks Department Vehicle #1835 Replacement Purchase Contract: MEC-2017-30 GENERAL DESCRIPTION: Bidders may list variations to these minimum specifications in the"Exception" section of the bid sheets. Bidders may also suggest alternatives to specified name brand products specified by the City of Port Angeles in the"Exception" section as an "Approved Equal." To be considered as an "Approved Equal,"the specifications of the suggested alternative must be attached for our review. The City of Port Angeles will be the sole judge for approving other brands offered as equals to the brand specified. Bidders are also encouraged to list and price any options that are felt to enhance the use of item bid and/or would be desirable. All standard equipment to be included, specified or not. When a Society of Automotive Engineers (SAE), American National Standard Institute (ANSI), American Society for Testing and Materials (ASTM), American Welding Society (AWS) "Reference" is cited, it is to establish an expected level of performance, level of testing or design basis. SCOPE OF BID: The purpose of this specification is to obtain a new model year 2017 or newer%ton, 2 wheel drive, standard cab, 8' bed pickup truck 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 these 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 of days after the date the purchase order is issued that delivery of all contract specified units are guaranteed. LATE DELIVERY: All vehicles must be completed and ready for inspection, with appropriate invoices, no later than the agreed delivery date. All vehicles are to be delivered within the number of days bid by the vendor and specified in the bid specifications. Project No.MEC-2017-30 Page 9 of 16 Fonn revised:November 18,2016 For vehicle delivered to the City by the vendor, date of delivery will be date of receipt and/or acceptance of vehicle, whichever is later, at the City's Corporation Yard. For vehicles to be picked up at dealer's facility for credit, date of delivery will be considered to be the date the bidder notifies the City that vehicle is available for pickup. DELIVERY LOCATION: The unit will be delivered by the winning bidder to the City Corporation Yard at: 1703 South B St. Building L Port Angeles WA. 98363 BID EVALUATION: The award of this contract will not be based on cost alone, as other factors and features are equally important. 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, 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 judgement 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 (per specifications) • All documents required for Licensing and Registration All items called for in 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. 51h Street Port Angeles,WA 98362 Project No.MEC-2017-30 Page 10 of 16 Form revised: November 18,2016 Note: The City will be responsible for licensing vehicle through the Office of Vehicle Licensing of Port Angeles, Washington. AVAILABILTY: 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 vehicle 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 company/dealership awarded this contract will be responsible for any warranty repair work required on any equipment or options installed per these specifications. STANDARD SPECIFICATIONS: All unspecified, installed components will be configured to match or exceed industry and safety standards for the requested GVW, vehicle and mounted 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. New odel Year 2017 or Newer 3/4 Ton 2 Wheel Drive Standard Cab 8' Bed Pickup Truck I'll-CATEGORY ITEM MINIMUM SPECIFICATIONS COMPIly EXCEPTIONS I Color: White Truck 2 Engine: minimum 6,OL,V8 (minimum) 3 Automatic Transmission 4 GVWR 9500 lbs. (minimum) rr 5 130 amp alternator, 600 cca dual battery (minimum) Ye 5 6 Electronic locking differential ye S 7 Air conditioning 8 Power steering 9 Intermittent wipers 10 Manual Tilt SteeriWheel yes I l Trailer Tow Package: Class IV trailer hitch, 2.5"Receiver(includes 2"—2.5"sleeve reducer), 7/4 pin connector and integrated trailer brake controller. 12 Tires: LT245/75 Rx17E. All Season Radial with matching full size spare wheel &tire yes 13 Fuel capacity 33 gallons (minimum) VC5 14 Up-fitter switches,4(minimum) yes 15 Center high mounted stop light 5 16 Black vinyl floor covering 17 Seats: 40/20/40 Cloth Split Bench with center storage. 18 Cab entry steps, solid mount,driver& assenger side. 19 Sprayed in bed liner 20 Mud flapsfront and rear yle 21 Under coating must be applied me Project No.MEC-2017-30 Page 11 of 16 Form revised:November 18,2016 New Model Year 2017 or Newer',/ Ton 2 Wheel Drive Standard Cab 8' Bed Pickup Truck CATEGORY flf-E—Mi" MINIMUNI SPECIFICTIO-NSCOMPLY EXCEPTIONS 22 —Power Group: Power Windows, Power Door Locks, Power Mirrors 23 Mirrors: Manual Telescoping, Manual Folding, Power Adjust, Power Heated, Trailer Tow Mirrors e-5 Keys-Four(4) sets of exterior-keyed locks, or remote keyless entry FOBS. Other 30 3 years bumper to bumper warranty with a 5 year powertrain warranty 31 Set-vice manual on CD 5 -32—-Indicate estimated number of days after the purchase order is received that the unit will be deli%,ered to the City, riot to exceed 120 days. ------------- Project No.MEC-2017-30 Page 12 of 16 Form revised:November 18,2016 CITY OF PORT ANGELES Bad No. MEC-2017-30 BIND FORM PARKS DEPARTMENT TRUCK#1835 REPLACEMENT Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following amounts for all material described in the Schedule A of the Contract Document. v ' TIT 1 2017 or Newer 3✓ tarn„ 2 wheel drive 1 �� standard cab, 8" bed pickup truck Subtotal Sales Tax:(8.4%) Note: If vehicle is purchased outside Washington State8.7�26)state sales tax shall apply, ehicdes purchased in the state of WasHngton,state sales'fax of the origination of vehicle shaH Total Bid Prig Project No.MEC-2017-30 Page 13 of 16 Form revised;November 13„,2016 CITY OF PORT ANGELES Bid No. MEC-2017-30 PARKS DEPARTMENT TRUCK#1835 REPLACEMENT 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 ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). , 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. FULL LEGAL NAME OF BIDDER PAICE TYPE OF BUSINESS: 'Z?K Corporation L Partnership (general) '� Partnership (limited) Sole Proprietorship Limited Liability Company ADDRESS 3-10 4iG4WAII 10i CITY/STATE/ZIP '? pj�i PHONE 4-S7 ?53 FAX --�Gv /7-90 NAME (PLEASE PRINT) G511-'r 4� - TITLE SIGNED DATE Project No.MEC-2017-30 Page 14 of 16 Form revised.,November 18,2016 ,crowt T A NON-COLLUSION AFFIDAVIT STATE OF LdA5PJAX961 COUNTY OF C1,AaAM 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 I /her se an advantage over any other bidder or bidders. a of Bid r/Contractor Subscribed and sworn to before me this 1A day of 'Jual 20 4-, 0 A Notary Public in and for the 0'p� 4 'Jxof W C."'- x State z'o" "to Residing at o.4-V My Comm. Exp.: Project No.MEC-2017-30 Page 15 of 16 Form revise&November 18,2016 BIDDER'S CHECKLIST Illl ".F b'ppK 1. 1-las 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 been included with the Bid Form? 5, BID MUST BE SUBMITTED BYTHE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No.MEC-2017-30 Page 16 of'16 Form revised:November 18,2.016