HomeMy WebLinkAbout4.585 Original Contract
<I.5'l5
CONTRACT DOCUMENTS
for
Traffic Control Devices
PURCHASE CONTRACT NO. ST -08-006
CITY OF PORT ANGELES
WASHINGTON
June 2008
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
Revw'e~d-b:1~"" --__,_
t L - ""
~ . '
M.C. Puntenney, P.E. .........'"
Deputy Director
1JdbY~ '
#tfJ '~~
e is D son
Senior Assistant City Attorney
./
1?age 1 of 17
Original 2 of 2
'. ),
INSTRUCTIONS FOR BIDDERS
Equipment Bids
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the Blp
OPENING DATE June 30, 2008,
PURCHASE CONTRACT NO. ST-08-006.
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, 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 the trade in general. Any
variance from the specifications or
standards of quality must be clearly pointed
out 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
are required to submit a separate bid sheet
for each unit offered.
Project No. 8T-08-006
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 the
bid form must be fully completed and
executed when submitted. Only one copy
of the' bid form is required. Faxed 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 vehicle must have full
manufacturer's warranties, and the
warranties must inure to the benefit of the
City.
Vendor agrees to these warranty provisions
by signing the bid proposal.
Page 2 of 17
SAFETY:
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the tim e of delivery.
The unit shall be tested by the' successful
bidder for compliance with all OSHA/WISHA
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,
1701 B Street, Port Angeles, Washington,
between the hours of 8:00 AM and 3:30 PM
during the City's normal work day. Delivery
shall be made within the time period
specified on the Schedul e(s).
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
informalities 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 180
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
Project No. 8T-08-006
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 Ci ty of Port
Angeles Purchase Orders. Payments shall
be made monthly for materials received and
invoiced.
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
document. 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 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
Page 3 of 17
Contractor duplicate, complete sets of
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 Lhanley@citvofpa.us .
Project No. ST-08-006
Page 4 of 17
CITY OF PORT ANGE LES
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, 1701
B Street, Port Angeles, Washington, between the hours of 8:00 AM and 3:30 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 equipm ent/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
num ber of working days establis hed for phy sical delivery of the equipm ent/material.
b. To pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to conti nue 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. ST-08-006
Page 5 of 17
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 dam ages 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.
11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or
use tax. No charge by Contractor shall be made for federal excise taxes, and the City
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with
an exemption certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances
of any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury
or destruction of goods and materials ordered herein which occur prior to delivery. Such
loss, injury or destruction shall not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from
and against any damage, cost or liability for any injuries to persons or property arising from
acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused.
16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure
Labor and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof.
Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall
be submitted to the City Clerk and Department of Labor and Industries.
17. ANTI-TRUST: Contractor and the City recognize that in actual economic practice
overcharges resulting from anti-trust violations are borne by the City. Therefore, Contractor
hereby assigns to the City any and all claims for such overcharges.
18. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit
Project No. ST-08-006
Page 6 of 17
is instituted by the City for any default on the part of the Contractor, and the Contractor is
adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to
the City all costs, expended or incurred by the City in connection therewith, and
reasonable attorney's fees. The Contractor agrees that the Superior Court of the
State of Washington shall have jurisdiction over any such suit, and that venue shall
be laid in Clallam County.
19. BRANDS: When a special brand is named it shall be construed solely for the
purpose of indicating the standards of quality, performance, or use desired. Brands
of equal quality, performance, and use shall be considered, provided the bidder
specifies the brand and model and submits descriptive literature when available.
Any bid containing a brand which is not of equal quality, performance, or use
specified must be represented as an alternate and not as an equal, and failure to do
so shall be sufficient reason to disregard the bid.
20. SAFETY: The equipment shall completely comply with all State and Federal laws,
rules, regulations and codes in effect at the time of delivery.
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.
r'
Project No. ST-08-006
Page 7 of 17
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into thiS&~y of n ,O.lA/,
20m, between the City of Port Angeles (hereinafter called th~
Newman Traffic Siqns (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. ST-08-006
Page 8 of 17
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their
business in a manner which assures fair, equal and nondiscriminatory treatment
of all persons, without respect to race, creed, color, sex, Vietnam era veteran
status, disabled veteran condition, physical. or mental handicap, or national
origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified
individuals who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal,
state or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and
employment practices and assuring the service of all patrons and
customers without discrimination with respect to the above-stated
minority status.
ARTICLE VI
TERMINATION OF CONTRACT
I n the event that any of the provisions of this Contract are violated by the
Contractor or the Contractor's subcontractors, the City may serve written notice
of intention to terminate such Contract upon the Contractor, which notice shall
specify the reasons therefore. Unless within thirty (30) days after serving such
notice upon the Contractor such violation shall cease and an arrangement for the
correction thereof satisfactory to the City be made, the Contract shall, upon the
expiration of the said thirty (30) days, cease and terminate.. In the event of any
such termination, the City may purchase the materials necessary for complete
performance of this Contract for the account and at the expense of the
Contractor, and the Contractor shall be liable to the City for any excess cost
thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any
person(s) or circumstances is held invalid, such invalidity shall not affect other
terms, conditions, or applications which can be given effect without the invalid
term, condition, or application. To this end the terms and conditions of this
Contract are declared severable.
Project No. ST -08-006
Page 9 of 17
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
CONTRACTOR
BY:~.
Title: Sule.s K-i-{) VES-e-vrtn -t:JJte...-
Dated: 1- '1- 0<1<
~~d-
, ."
,-,
Project No. ST-08-006
CITY OF PORT ANGELES
By: -21{~~ '1o~~ )
Title: c-,t; tA.N411."'R..
Dated: 7 oq @
~
ATTEST:
.8o~~
City Clerk
IJoJnll
7 -
ApP1ved to a~. _
~~',~
City Attorney
Page 10 of 17
City of Port Angeles
Invitation for Bid
Purchase Contract: ST -08-006
Schedule A
Traffic Control Devices
GENERAL DESCRIPTION: Traffic Signs / Aluminum Sign Blanks / Support Systems
and Hardware and Metal Posts, etc
SPECIFICATIONS: All materials shall conform to the latest edition of the Manual on
Uniform Traffic Control Devices (MUTCD) from the U.S. Department of Transportation,
et. al. Code numbers for traffic signs in the following table refer to their listing in the
MUTCD.
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order.
General Item Description: Traffic Signs / Aluminum Sign Blanks / Support Systems
and Hardware and Metal Posts, etc.
Item Qty: Unit: MUTCD Size: Description: Unit Cost: Extended
No. Code Cost:
TRAFFIC SIGNS
.080 GA. High-Intensity Prismatic/lV
1. 40 EA. R1-1 30" x 30" STOP ?~ '3 nz.-' J .. r-"} 0('
{"'11 ~ 15 /' lID,.,., I)
2. 10 EA. R1-2 36" x 36" YIELD :;2 Of qt-":) .~ ~~. V)(I
" ....... v ~-7':,- ,-. -- )
3. 6 EA. R5-1 a 36" x 24" WRONG WAY :?t:?J. 60 11100
4. 6 EA. R5-1 30" x 30" DO NOT ENTER (~l, [p v) I <;(.~ /10
5. 4-"( EA. R 1-3-3 24" x 9" 3-WAY j(c.~O 1()7 ;),P
6. 20 EA. R2-1 24" x 30" 25 MPH SPD. LMT. :725./ () c5{}) Li(l
~..... ",.",.'
[NO] PARKING HERE TO
CROSSWALK IG556 gif'(J6
7- 5 EA. R7-1v 12" x 18" *[ ] CA Red Box
[NO] PARKING ANYTIME wI
DOUBLE ARROW i it! $f.) ~Lld5
8. 5 EA. R7-1v 12" x 18" *[ ] CA Red Box
[NO] PARKING HERE TO
CORNER fa,:7D 1')7.00
9. 10 EA. R7-1v 12" x 18" *[ ] CA Red Box
[NO] PARKING THIS SIDE Ifj.1D I J11 ;CO
10. 10 EA. R7-1v 12" x 18" *[ ] CA Red Box .
[NO] PARKING BETWEEN
SIGNS f ;h:l () 1.""1 ~'D
11. 10 EA. R7-1v 12" x 18" *[ ] CA Red Box rt tV .
Project No. ST-08-006
Page 11 of 17
Item Qty: Unit: MUTCD Size: Description: Unit Extended
No. Code Cost: Cost:
20 EA. S1-1 30" x 30" SCHOOL ADV. CrossinQ :9,QIO F?3" CC
12. VI/,)'!
SCHOOL SPD. 20 MPH
(7:15 AM -3:30 PM 484-0 (f;Si .00
13. 15 EA. S5-1 24" x 48" SCHOOL DAYS)
END OF ROAD MARKER
(9-DOT) 1)/11-) ~f~<3' Ef1
14. 30 EA. OM4-2 18" x 18" Diamond (Red Prismatic on Black)
15. 10 EA. W11-2 30"x 30" PEDESTRIAN :!3{).~' ;'JilJ~) fXi
,_~ .I' {
16. 2 EA. OM-3fLl 12" x 36" OBJECT MARKER [L] lb. )[J 2iht; 0
17. 4 EA. OM-3fR] 12" x 36" OBJECT MARKER [R] I {[I. /)0 (j/l.<60
OM-3 Clt;;V"/{) i Cd ?!/l
18. 4 EA. fUR] 12" x 36" OBJECT MARKER [C] 01,/./ ' /. . L/
19. 4 EA. W1-1 30" x 30" RIGHT TURN [L] ,3tl ~,;f..) I:);) '[;
I . I. .if /
20. 6 EA. W1-6 48"x 24" LARGE SINGLE ARROW ~~. :),v :);2.f 5(1
.) .'/ .' ., .I
21. 4 EA. W8-10p 30" x 30" SLIPPERY WHEN WET " ~FO i 0/.00
,./
W5-3 4-5 ';) F C/O./O
22. 2 EA. (Special) 30" x 30" ARTERIAL ENDS , .t"./,
23. 4 EA. W13-1 18" x 18" ADVISORY SPD. [251 MPH l,'}il5 8{.m
24. 2 EA. W3-5 30" x 30" REDUCED SPEED [201 MPH PPj [; (:-' i i~ . It)
v .
25. 2 EA. W3-5a 30" x 30" REDUCED SPEED [20] MPH 46,0(1 QO,IO
26. 2 EA. W3-5 30" x 30" REDUCED SPEED [25] MPH ~=t~ D5 ll~.in
27. 2 EA. W3-5a 30" x 30" REDUCED SPEED [25] MPH "Iv',.{\t:; qD,jD
t~),. J,,-
28. 2 EA. W3-5 30" x 30" REDUCED SPEED [30].MPH ,Eti!. Of; !1~.lD
29. 2 EA. ' W3-5a 30" x 30" REDUCED SPEED [3D] MPH ILl 6. [)~') OlD,I'O
STREET NAME SIGN
'. BLANKS:
Green / Dbl. Side / Prismatic 1 "'j al>7.0D
30. 10 EA. 56" x 08"x .080 GA. Type IV blrb71"
Green / Dbl. Side / Prismatic
31. 10 EA. 54" x 08"x .080 GA. Type IV '),1.&0 ~;Z/0, 00
Green / ObI. Side / Prismatic ?I.wa :;;I/r; ,(J{)
32. 10 EA. 52" x 08"x .080 GA. Type IV
Green / ObI. Side / Prismatic
33. 10 EA. 46" x 08"x .080 GA. Type IV 'Cj h I elfn f70
I .15 ....J' 0_ t,.-7
Green / ObI. Side / Prismatic 9ll.?O ') f~;2 CC
34. 10 EA. 46" x 08" x .125 GA Type IV ;p ?,))
Project No. ST-08-006
Page 12 of 17
Item Qty: Unit: Size: Description: Unit Extended
No. Cost: Cost:
ALUMINUM SIGN
BLANKS:
Radius Corners/Holes t;jDO v--(l t'(J
35. 10 EA. 12" x 18"x.080 GA. Drilled ,./ ), ...-I"
Radius Corners/Holes tpttD
36. 10 EA. 12" x 24"x.080 GA. Drilled (;1-/00
Radius Corners/Holes tt) .cD
37. 10 EA. 18" x 12"x.080 GA. Drilled r;OO
v. .
Radius Corners/Holes (llej 07/60
38. 10 EA. 18" x 24"x.080 GA. Drilled
Radius Corners/Holes lv.WO
39. 10 EA. 24"x 12"x.080 GA. Drilled tp-{.OO
Radius Corners/Holes tll.50
40. 10 EA. 24" x 18"x .080 GA. Drilled (/1.15
Radius Corners/Holes
41. 5 EA. 24" x 36"x.080 GA. Drilled j'lw~1 ~;,7 ;JC)
", ,":l.' A
30" x 30" Diamond' Radius Corners/Holes i<3' ])0 I '3"3b~)
42. 10 EA. x .080 GA. Drilled
Radius Corners/Holes J/<6[\ 1 l1J.CO
43. 5 EA. 30" x 36"x.080 GA. Drilled b,,, '
Radius Corners/Holes i'1lt-f) gg ..;?f;j
44. 5 EA. 36" x 24"x.080 GA. Drilled
Radius Corners/Holes ;A1/?O I D(~ In
45. 5 EA. 36" x 30"x.080 GA. Drilled
36" x36" Diamond x Radius Corners/Holes ~t7A6 l~ql5
46. 5 EA. .080 GA. Drilled
Item Qty: Unit: Letters Size & Colors: DIE-CUT LETTERS:
No. ( Pressure Sensitive)
Pkg./ Lf $0 q(jJO
47. 2 25 C,E,I,N 2" GREEN SERIES'S'
Pkg./ F) (I () il:,O
48. 2 25 A 2" RED SERIES '0' ,--,. D..
Pkg./ 10.10 9o?JJ
49. 2 25 S,C,S 2" SLACK SERI ES 'C'
Pkg./ eSse) .V).8:E.:'J
50. 1 25 A,N 2" BLACK SERIES '0'
Pkg./ <?.c1V 11 (1'0
51. 2 25 L 4" BLACK SERIES '0' /-> '. ' ,,~)
Pkg./ '-J Ll0 u..H~D
52. 2 25 M,R 4" WHITE SERIES '0' .' ,)
Pkg./ "'7.qC:) '7Q5
53. 1 25 Z 4" WHITE SERIES '0'
Project No. ST -08-006
Page 13 of 17
Item Qty: Unit: Item # Size: Description: Unit Extended
No. Cost: Cost:
STAINLESS
STEEL HDWR. &
STRAPPING
TAPE:
Pkg./ FARE-LEG qlJ5 r~ 11.,r'f1'
54. 3 50 3/4" BRACKET O. y 11
WINGED/BUCKLE 'X~ itS
55. 2 Pkq.l100 3/4" CLIPS F~'), eLl
._/1 "
56. 2 100' Roll 3/4"x.025 - .030 MM S/S STRAPPI NG /I'I,&,n '-":.:3 :J [I
l?(iJ, '.? I.,. :;
57. 1 100' Roll 3/4"x.019 -.021 MM S/S STRAPPING l.jS,7r; 4r:rJ.'7Fj
GALVANIZED
STEEL POST and
HARDWARE:
METAL SIGN ~q'7D '7l-/-),.60
58. 25 EA. 9'0 x 2"x 2" x12 GA. POST
METAL SIGN 60. '75 '7(/(;,1:}
59. 25 EA. 10'0 x 2" x 2"x12 GA. POST
METAL SIGN '1 ....7r) a! "-'7 F'O
60. 75 EA. 11 '0 x 2" x 2" x12 GA. POST '-;;1:7. (" Jft:' I .. v ;
METAL SIGN Ltc^" C5 :~r~'J ;::s 1'j
61. 6 EA. 14'0 x 2" x 2" x 12 GA. POST {'_h " ,_ [.
12'0 x 2 % "x 2 y.."x12 METAL SIGN 40.&6 uC415
62. 15 EA. GA POST
12'0 x 2 W' x 21'2"x METAL SIGN lfq .40 (P&v CO
63. 15 EA. 12 GA. POST
64. 500 EA. 3/8 " Zinc DRIVE RIVETS :70 '7'1).00
65. 200 EA. 3/8" x 1 %" Zinc CORNER BOL TS ,4.0 <(S, 'f)()
.t. /
SF97S .,. <;;: SIGN-to-POST
(')tr16 'fro" Y-.~IO /'!.'7 "') "10
66. 50 EA. OF 5W' 5CcCtit ' BRACKET {j,~:)V . ("
SF99 ,:5e~es c;JD?: SIGN-to-SIGN 4V( /~;;Jf) ()()
67. 50 EA. OX 5W' S-ct.': att . BRACKET .' J
SUB-TOTAL r F':f-2 .
$ lQ ,)_.~
SHIPPING $ .z----
SALES TAX % $
GRAND TOTAL $ 16ir-:>51
).t:;
;;l-f5
. i "" ,,'"), j I r
* !~i(\ pn CBS tjOO{t\t"D\(6L,i o()\.'Y:.> j' C- \ r
f:' CbslS 00/':::; S~llo ie:cJ- it) OvV()'Ld It:JtI i 'Y 00\'n ,"'{)(, C\ (IV o-er'
* V\Jl' V\ K)( c\eJ l vek'i'tl l/\.lI.-tY1t vl2-lJ [Ac>l.YS,
r~ '''ll/l '., /~ il',r 1'\ 'r"
~ I~) ("'1(\ Ii C (jul:ncl kt)~,r U){t (j lit:, Vt,,- v;' tt)! t~
t t.,.,/ 'l.\1 . ~.<"-) ~~t ,~ I - . f
Project No. ST-08-006 Page 14 of 17
.
MADE
IN
USA
T
For Flat or Extruded Blades (Please Specify)
5 1/4" Blade Holder
1 1/2"
(For 1 7/8" 0.0. Post)
(For 2 3/8" 0.0. Post)
(For 2 7/8" 0.0. Post)
(For 3" 0.0. Post)
(For 3 1/2" 0.0. Post)
ROUND CAPS AVAILABLE
2"
21/2"
3"
31/2"
5/16" Set Screw - 5 Places
U-CHANNEL CAP 1800
Blade sits at 1800 to
Flange on U-Channel Post
5/16" Set Screw - 2 Places
5/16" x 3/4" Bolt - 2 Places
U-CHANNEl CAP 900
Blade sits at 900 to
Flange on U-Channel Post
5/16" Set Screw - 2 Places
5/16" x 3/4" Bolt - 2 Places
90 0 CROSSPIECE
45 0 CROSSPIECE AVAILABLE
Cross used with 808
Post Caps
5/16" Set Screw - 4 Places
NOTE:
.. 0.0. (Outside Diameter of Post)
.. All brackets drilled and tapped to receive 5/16" - 18 x 5/16" set screws
.. For set screw application 25-40 inch pounds pressure is sufficient to secure
sign blank in bracket
.'.;';..5;'
Page 7
.. ' .
City of Port Angeles
Bid No. ST -08-006
TRAFFIC CONTROL DEVICES
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Materials being bid: Traffic Maintenance Materials
Will you sell additionaIJ)l=lH~ to the City of Port Angeles at the bid price until further
notice? (, )
Y es \..~
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 ----1JetU tV1Ctn ~i~1('f; ) In{l.;
TYPE OF BUSINESS: Corporation Partnership (general) Partnership
(limited)
Sole Proprietorship
Limited Liability Company
ADDRESS i (P[)(cI IJtn hve S\^J
CITY/STATE/ZIP \JOl,vYlCstbV\/n) ND
PHONE etJO.~Lf~)'7-- Q'I7{) FAX
NAME (PLEASE PRINT) ErIn NeJSoyl
TITLE c) aIe5-~ (epr:e<s;-e~LJutt1 'v.e
SIGNED 1Zn~----. DATE Ofo-/qCif)
""'-..,.''--"'
,7""9..'1 j l"ll
,)u~1 j
701--26d.. -- q.~!:?;
Project No. ST-08-006
Page 15 of 17
J\"t It
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF
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.
Signature of Bidder/Contractor
)
Subscribed and sworn to before me this / q day of <.j un e..
1'-"
, 20 0 oj .
"I /'
/1 /"i ',..-<' /
, / /.1),. ~~'. I> //.*/ .11
LV .A'<'. I /. .-r~.,' _ " ._'
Notary PtJblic i and for the
State of ~'(').
Residing at IQ(\::l ,,1Yc.b :1t-.sf: ~}~lsf' l\lli5~;;t-fOI
My Comm. Exp.:
.--.--..- ----
MARGARET VESEL
Notary Public
State of North Dakota
c My CommIssion Expires April 14,2012
Project No. ST-08-006 Page 16 of 17