HomeMy WebLinkAbout000592 Original ContractCONTRACT DOCUMENTS
for
Transmission Distribution Fiberglass Poles
PURCHASE CONTRACT NO. LO -13 -006
pORT4
U� 1 `to
S
C ORKS ANO
r C of Port Angeles
Record #000592
CITY OF PORT ANGELES
WASHINGTON
February 2013
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MAHER ABED, DEPUTY DIRECTOR OF OPERATIONS
Reviewed by: Apprpved by:
Maher Abed
Deputy Director of Operations
William Bloor
City Attorney
Page 1 of 21
February 11, 2013
c PORT VS
i
CITY OF PORT ANGELES
INVITATION TO BID
For
Transmission Distribution Fiberglass Poles
Sealed bids will be received by the Director of Public Works Utilities until 2:OOPM, Thrusday,
March 21, 2013, and will be opened and read in the Public Works conference room, main floor,
Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for the following Materials:
Bid Item 1: Fiberglass Power Poles Class 3
30 ft Class 3
Bid Item 2: Fiberglass Power Poles Class 3 with Steps
30 ft Class 3 with Steps
Bid Item 3: Fiberglass Power Poles Class 2
45 ft Class 2
Bid Item 4: Fiberglass Power Poles Class 2
65 ft Class 2
Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing
contracts a(�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: March 21,
2013, PURCHASE CONTRACT NO. LO -13 -006. 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: Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East 5` Street
Port Angeles, Washington 98362
PUBLISH: Peninsula Daily News: March 5, 2013
Project No. LO -13 -006 Page 2 of 21
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE March 21, 2013,
PURCHASE CONTRACT NO. LO -13 -006.
The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
Director of Public Works and Utilities, Attn:
Glenn Cutler and mailed to PO Box 1150, or
delivered to 321 East Fifth Street, Port
Angeles, Washington 98362.
It is the intent of the attached specifications
to describe the minimum requirements for
the equipment requested in sufficient detail
to secure bids on comparable equipment.
All parts which are necessary in order to
provide a complete unit as described,
meeting all safety requirements, and ready
for operation, shall be included in the bid
and shall conform in strength, quality of
workmanship and material to that which is
usually provided in the general trade. Any
variance from the specifications or
standards of quality must be clearly stated
in writing by the bidder.
Do not make reference to brochures or
supporting literature on the bid sheet. 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.
If a bidder's corporate policy mandates use
of an official quotation form, it may be
submitted. However, the cost data must be
duplicated on the City's bid cost data and
agreement sheet. The City's bid sheet
must be signed by the bidder or its agent
in order for the proposal to be accepted.
If alternate equipment is proposed, bidders
Project No. LO 13 006
INSTRUCTIONS FOR BIDDERS
Equipment Bids
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 bid price extension
errors, the unit prices will govern. All blank
spaces for bid prices must be filled in, with
ink or typewritten, and the bid form must be
fully completed and executed when
submitted. Only one copy of the bid form is
required. Faxed or emailed bids will not
be accepted. 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 complied with before the
final payment can be processed.
Where the description of an item includes
both specifications and a brand name and
number, the specifications shall govern in
case of conflict. 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. Failure to include full
descriptive literature may be cause to reject
the offer.
WARRANTY:
The purchased supplies or equipment
furnished must have full manufacturer's
Page 3 of 21
warranties, and the warranties must inure to
the benefit of the City.
Vendor agrees to these warranty provisions
by signing the bid proposal.
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 OSHAIWISHA
regulations and the State Department of
Labor and Industries Safety Rules.
DELIVERY ACCEPTANCE:
The successful bidder shall be responsible
for delivery to the City's Maintenance Yard,
1707 South A Street, Port Angeles,
Washington, between the hours of 7:00 AM
and 3:00 PM during the City's normal work
day. Delivery shall be made within the time
period specified on the Schedule(s).
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
minor irregularities or minor 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.
For the Schedule(s), offers made in
accordance with the Invitation to Bid shall
be good and firm for the period of 90
calendar days after contract award
unless the Bidder specifically limits its offer
to a shorter period by written notification on
the bid document. However, bids so
modified may be declared non responsive.
Quantities shown are of total estimated
initial quantities to be ordered. Purchase
Orders for additional quantities may be
placed with successful bidders over this
period from the date of award. Prices bid
shall be good for all equipment and
materials ordered during that period. All
orders shall be placed using City of Port
Angeles Purchase Orders. Payments shall
be made monthly for materials received and
invoiced.
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 Contractor and
subsequent acceptance by the City of the
lowest responsive bid will constitute a
binding agreement between the City and
Contractor. Contractor 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
authorized purchasing agent for approval as
soon as possible after bid opening. All
bidders will be notified of results in writing.
Upon award of the contract to the
successful bidder, the City will send the
Contractor duplicate, complete sets of
Project No. LO -13 -006 Page 4 of 21
Contract Documents, which 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 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, Contract Specialist, (360) 417 -4541
or to contracts a(�cityofpal.us
Project No. LO -13 -006 Page 5 of 21
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, Contractor shall give prior notification and obtain written approval thereto from the
City. Time is of the essence and the Contract is subject to' termination for failure to deliver
as specified and /or appropriate damages. The acceptance by the City of late performance
with or without objection or reservation shall not waive the right to claim damage for such
breach nor constitute a waiver of the requirements for the timely performance of any
obligation remaining to be performed by Contractor.
The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1707
South A Street, Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM
during the City's normal work day. Delivery shall be made within the time period specified
on the bid.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement equipment
rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has
adopted the following to calculate liquidated 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 pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to continue with its operations.
c. To authorize the City to deduct these liquidated and actual damages from any money
due or coming due to the Contractor.
5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
Project No. LO -13 -006 Page 6 of 21
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 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. LO -13 -006 Page 7 of 21
(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 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 shalt be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and
model and submits descriptive literature when available. Any bid containing a brand which
is not of equal quality, performance, or use specified must be represented as an alternate
and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
Project No. LO -13 -006 Page 8 of 21
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. LO -13 -006 Page 9 of 21
PURCHASE CONTRACT I
THIS AGREEMENT is made and entered into this day of
Ada 2013,
between the City of Port Angeles (hereinafter called the "City and Shakespeare
Composite Structures (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. LO -13 -006 Page 10 of 21
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor
or the Contractor's subcontractors, the City may serve written notice of intention to
terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor
such violation shall cease and an arrangement for the correction thereof satisfactory to
the City be made, the Contract shall, upon the expiration of the said thirty (30) days,
cease and terminate. In the event of any such termination, the City may purchase the
materials necessary for complete performance of this Contract for the account and at
the expense of the Contractor, and the Contractor shall be liable to the City for any
excess cost thereby.
ARTICLE VII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
Project No. LO -13 -006 Page 11 of 21
SHAKESPEARE CITY OF PORT ANGELES
COMPOSITE STRUCTURES
By: 9
Title: SA1Cs SERI/taE MANAjER
Dated: 4- z‘
ATTEST:
By:
Title: C9 mcn.e,ri,v—
Dated: S) 71 1 3
ATTEST:
City rk
Approved to as to for
City Attorney
Project No. LO -13 -006 Page 12 of 21
Fiberglass Power Poles
Bid
Items:
LENGTH (ft.):
QTY:
CLASS:
Steps
1
30'
10
Class 3
No
2
30'
8
Class 3
Yes
3
45'
6
Class 2
No
4
65'
3
Class 2
No
City of Port Angeles
Invitation for Bid
Purchase Contract: LO -13 -006
Schedule A
Transmission Distribution Fiberglass Poles
Power poles shall conform to all applicable ASTM and ANSI standards. All lengths have
to be structurally equivalent to ANSI.
GENERAL DESCRIPTION: Transmission Distribution Fiberglass Poles
DATE DELIVERY REQUIRED: Maximum of 60 days from receipt of purchase order.
QUANTITY: See Charts Below
Specification for Bid Items 1, 2, 3, 4 Fiberglass Poles —MDOF -001
Fiberglass composite distribution poles shall be constructed using a polymer binder
containing a minimum of 65% commercial grade "E -CR" or "E" fiberglass by weight.
Fiberglass material shall be continuously applied in uni- directional and angular
orientations to the longitudinal pole neutral axis. Factory- drilled holes of noted sizes
shall be located as shown on attached drawing(s), and other features noted on the
drawing(s) shall be provided.
Poles shall be manufactured with the best available protection against UV degradation.
For polyurethane resins, the use of UV- stable "aliphatic" resins with pigment additives is
the preferred protection method. Resins enriched with UV inhibitors and UV stable
color pigment additives are also acceptable. Color to be dark bronze. The use of
standard paint or coatings for UV protection is not acceptable.
For polyester resins, the surface of the shaft shall be smooth and consist of a saturated
polyester surfacing veil of 16 -20 mils minimum thickness and a 10 mil resin layer. The
resin shall be unsaturated polyester resin containing UV inhibitor and pigment
throughout. A minimum of 1'/2 mil urethane coating shall be applied to the surface of
the pole shaft. The surfacing veil and structural fibers shall be saturated in a singular
Project No. LO -13 -006 Page 13 of 21
process with the same resin, thereby insuring molecular bonding between structural
layers and the protective layer.
Poles may be produced by filament winding or pultrusion methods as appropriate. Pole
shaft shall be fabricated in a manner to ensure that the section is dimensionally
accurate with the design drawings and within manufacturing tolerances. Pole length
shall be as noted, plus or minus 2 inches. Poles shall be of the height and equivalent to
the class indicated on the bid schedule.
The following standards shall apply:
1. ANSI 05.1, American National Standard for Wood Products Specifications and
Dimensions.
2. ASCE, Manual No. 104, Recommended Practice for Fiber Reinforced Polymer
Products for Overhead Utility Line Structures.
3. ASTM D4923, Standard Specifications for Reinforced Thermosetting Plastic
Poles
4. NESC C2 -2007.
Pre drilled holes shall be provided at locations as shown on attached drawings, plus or
minus 1/16" (inch). All holes shall be 3 (inch) diameter, plus or minus 1/32" (inch).
Factory- installed step attachments shall be provided where noted on 30 foot poles.
Holes other than for steps and ground wires shall be drilled on both sides of pole to
accommodate through bolts. Neutral /secondary holes shall be oriented perpendicular
to crossarm holes. Factory- installed pulling tape shall be provided through each pole,
exiting at "Ground Wire Holes" with a minimum of 36" (inch) exposed tape at each end.
Stamped metal ID tag, pop- riveted shall be provided on the face of each pole. Tag shall
contain the following information: ID of "COPA pole height and class, year of
manufacture, manufacturer ID.
Fiberglass pole classes shown on drawings shall meet equivalent strength requirements
of ANSI 05.1 when applied in NESC Class C construction according to NESC Section
261(A)(3). Poles shall be Shakespeare Tuff- Poles®, RStandard composite poles, or
equal.
Note: See Fiberglass Power Poles Drawings Below
Project No. LO -13 -006 Page 14 of 21
Bid Item 1: 30 ft; Class 3 Fiberglass Power Pole w /out Steps Drawing:
35 FT.
Pole Stock No.
30' 285 -080 -00010
35 285- 080 -00017
8'
GRADE LINE
3 0
Delg 5.07
Appd. Env: TD
Appel Ops: di(
Revised 1/10
FIBERGLASS SERVICE POLE
HOLE LOCATIONS
CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
MDOF -001
Project No. LO -13 -006
Page 15 of 21
Bid Item 2: 30 ft; Class 3 Fiberglass Power Pole w/ Steps Drawings:
30 FT.
4' -6'
0
0
W
CC
0
Z
D
¢O
(7
3 8"
34'
34'
17'
1 7'
5'
STEP
TYPICAL OF 12
GRADE LINE
35 FT.
4 -0
Pole
Stock No.
30' 285- 080 -00010
35' 285- 080 -00017
10'
32'
32"
32'
32'
16"
16"
16"
STEP
TYPICAL OF 17
GRADE LINE
6-0'
Dale: 5.0
Appo. Eno: TO
Appd. Opc JK
Revised: 100
FIBERGLASS SERVICE POLE
STEP HOLE LOCATIONS
CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIRCATION
MDOF -001
Project No. LO -13 -006
Page 16 of 21
DIMENSIONS
A B 0 Stock No.
0 E F Stock No.
40' 5' 6" 6' -0" 285- 080 -00011
45' 6' 0" 6' -6" 285-080-00012
50' 6-6" T -0" 285 -080 -00020
55' 7' 0" 7' -6" 285 080 -00018
60' 7' -6' 8' -0" 285- 080 -00015
65' 8' -0' 8' -6" 285 -080 -00019
70' 8' -6' 9' -0"
A
12' O"
13'_0•
0
CI
12"
12"
6' 6"
48'
12"
48'
8"
SECONDARY/
NEUTRAL
HOLES
D
12"
W
!L
o
z
CC
0
3
co
S
rt
¢O
W
s
O
g cp
0 I
ID TAG
GRADE LINE
ID TAG
GRADE LINE
C
6
F
E
Dote' 5N07
Appd,Eng: TD
FIBERGLASS POLE
FACTORY DRILLED HOLE LOCATIONS
CITY OF PORT ANGELES
ELECTAICAL ENGINEERING SPECIFICATION
MDOF -001
Appd. Of><.: JK
HO',t,Od_ 4/11
Bid Item 3 4: 45ft 65ft; Class 2 Fiberglass Power Pole without steps
Drawings:
Project No. LO -13 -006
Page 17 of 21
Fiberglass Power Poles
Bid
Items:
LENGTH
(ft.):
CLASS:
QTY:
UNIT PRICE
EXTENDED
PRICE
1
30'
Class3
10
996.65
`1•,966.5°
9
99 235.20
2
30'
Class 3
with Steps
8
I I I46 SO
3
45'
Class 2
6
1
4
65'
Class2
3
3,100.70
9 1 362..
31415.80
Subtotal
w 1
Sales Tax (8 4%)
3 1 71
$7 Total Bid Amount
10 ,4
City of Port Angeles
Bid No. LO -13 -006
BID FORM
Transmission Distribution Fiberglass Poles
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.
Project No. LO -13 -006 Page 18 of 21
City of Port Angeles
Bid No. LO -13 -006
TRANSMISSION DISTRIBUTION FIBERGLASS POLES
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
Y Yes No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). /v /A 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 ShARESPEARE Composite S4RucfuaEs
TYPE OF BUSINESS: Corporation Partnership (general) Partnership
(limited)
Sole Proprietorship R Limited Liability Company
ADDRESS 19845 US Hwy. fro
CITY /STATE /ZIP NEWbERRy, Sc 291oS
PHONE Soo $00.900$ FAX 4 6o3 321 8940
NAME (PLEASE PRINT) ZOE\I S. Srniik
TITLE SAIES SER /11ANA3ER
SIGNED t .8. DATE 3i
Project No. LO -13 -006 Page 19 of 21
STATE OF WASHINGTON
COUNTY OF
NON COLLUSION AFFIDAVIT
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.
+1.
Subscribed and sworn to before me this 8 day of MARCIA
Stnat of Bidder /Contractor
20 13
NM£ary Rudlic in and for the
State of ,)(Tttk-h let t 01 i nc
Residing at 1) -e.w0e 4 r y
My Comm. Exp.: rc\cL 1 ,r Ot4
Project No LO -13 -006 Page 20 of 21
BIDDER'S CHECKLIST
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. LO -13 -006 Page 21 of 21