HomeMy WebLinkAbout4.615 Original Contract
. "
I :
</. {.g15
CONTRACT DOCUMENTS
for
Pavement Markings
PURCHASE CONTRACT NO. ST -09-006
CITY OF PORT ANGELES
WASHINGTON
March 2009
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
M.C. Puntenney, P.E. '
Deputy Director
ickson
Senior Assistant City Attorney
........
.......
Page 1 of 19
Original 2 of 2
March 27,2009
CITY OF PORT ANGELES
INVITATION TO BID
for
Pavement Markings
Sealed bids will be received by the Director of Public Works & Utilities until 2:00PM, April 23,
2009, 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 Items: Preformed Thermo-Plastic Pavement Markings
Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing
Lhanlev@citvofpa.us .
All bids must be on the form provided. Faxed bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in
the bidding process.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid
to such businesses as have contacted the City for such notification. Further, all bidders are
directed to solicit and consider minority and women owned businesses as potential
subcontractors and material suppliers for this project.
Michael Puntenney
Deputy Director
PUBLISH:
Peninsula Daily News: April 10, 2009
Project No. ST -09-006
Page 2 of 19
"
INSTRUCTIONS FOR BIDDERS
Material Bids
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE April 23 2009,
PURCHASE CONTRACT NO. ST-09-006.
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. ST -09-006
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 supplies or equipment
furnished 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 3 of 19
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 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 Schedule(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 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
Project No. ST-09-006
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.
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.
Page 4 of 19
Upon award of the contract to the
successful bidder, the City will send the
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 Lhanlev@citvofpa.us .
Project No. ST -09-006
Page 5 of 19
"
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, 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. 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.
5. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
6. 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.
7. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
8. 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.
Project No. ST -09-006
Page 6 of 19
9. 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 9.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 9.a of this clause; or
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
10. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
11. 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.
12. 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.
Project No. 5T -09-006
Page 7 of 19
13. 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.
14. 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.
15. 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.
16. 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.
17. 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.
18. 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.
19. 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. ST-09-006
Page 8 of 19
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this ~~ay of '1V1.t)~v ,20J:i1..,
between the City of Port Angeles (hereinafter called the "City") a~inQ, Inc.
(hereinafter called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the City and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "ContracC 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-09-006
Page 9 of 19
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above-stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor
or the Contractor's subcontractors, the City may serve written notice of intention to
terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor
such violation shall cease and an arrangement for the correction thereof satisfactory to
the City be made, the Contract shall, upon the expiration of the said thirty (30) days,
cease and terminate. In the event of any such termination, the City may purchase the
materials necessary for complete performance of this Contract for the account and at
the expense of the Contractor, and the Contractor shall be liable to the City for any
excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions, or
applications which can be given effect without the invalid term, condition, or application.
To this end the terms and conditions of this Contract are declared severable.
Project No. ST -09-006
Page 10 of 19
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
CITY OF PORT ANGELES
By:}; M. MOlt t.t d,..., ~t"'"y
Title: II1.s=;J~ So./f!.~ ('1'd'. ~
Dated: 'i /2. Or /6 ,
By:
-
Title:
Dated:
A~ ;(~7t
ATTEST:
~t'~~~A_
City Clerk
~ :
17~asZT~
City Attorney
Project No. ST-09-006
Page 11 of 19
City of Port Angeles
Invitation for Bid
Purchase Contract: 5T -09-006
Schedule A
Pavement Markings
Bid Item 1:
GENERAL DESCRIPTION: Preformed Thermo-Plastic Pavement Markings
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order.
Note: All appliances shall conform to the latest edition of the Manual on Uniform
Traffic Control Devices (MUTCD) from the U.S. Department of Transportation, et.
al. All appliances shall be NCHRP-350 compliant and marked with "CITY OF PA
PW".
SPECIFICATIONS: PREFORMED THERMOPLASTIC PAVEMENT MARKINGS
1. USE: A durable, retroreflective pavement marking material suitable for use as
roadway, intersection, commercial or private pavement delineation and markings.
1.1 The markings must be a resilient white thermoplastic product with uniformly
distributed glass beads throughout the entire cross sectional area. The
markings must be resistant to the detrimental effects of motor fuels,
lubricants, hydraulic fluids, antifreeze, etc. Lines, legends and symbols are
capable of being affixed to bituminous and/or portland cement concrete
pavements by the use of the normal heat of a propane torch.
1.2 The markings must be capable of conforming to pavement contours, breaks
and faults through the action of traffic at normal pavement temperatures.
The markings shall have resealing characteristics, such that it is capable of
fusing with itself and previously applied thermoplastic when heated with the
torch.
1.3 The markings shall not have minimum ambient and road temperature
requirements for application, storage, or handling.
2. MANUFACTURING CONTROL AND ISO CERTIFICATION: The manufacturer
must be ISO 9001 :2000 certified and provide proof of current certification. The
scope of the certification shall include manufacture of preformed thermoplastic
marking materials.
3. MATERIAL: Must be composed of an ester modified rosin resistant to
degradation by motor fuels, lubricants etc. in conjunction with aggregates,
pigments, binders and glass beads which have been factory produced as a
finished product, and meets the requirements of the current edition of the Manual
Project No. 8T -09-006
Page 12 of 19
on Uniform Traffic Control Devices for Streets and Highways. The thermoplastic
material conforms to AASHTO designation M249, with the exception of the
relevant differences due to the material being supplied in a preformed state.
3.1 Graded Glass Beads:
3.1.1 The material must contain a minimum of thirty percent (30%)
intermixed graded glass beads by weight. The intermixed beads
shall be conforming to AASHTO designation M247, with minimum
80% true spheres and minimum refractive index of 1.50.
3.1.2 The material must have factory applied coated surface beads in
addition to the intermixed beads at a rate of 1 lb. (:t 10%) per 10 sq.
ft. These factory applied coated surface beads shall have a
minimum of 90% true spheres, minimum refractive index of 1.50,
and meet the following gradation.
Size Gradation Retained, %
US Mesh Passing, % Jlm I
12 1700 0-2% 98 -100%
14 1400 o - 3.5% 96.5 -100%
16 1180 2 - 25% 75 -98%
18 1000 28 - 63% 37 - 72%
20 850 63 - 72% 28 - 37%
30 600 67 - 77% 23 - 33%
50 300 89 - 95% 5 - 11%
80 200 97-100% 0-3%
3.2 Piaments:
3.2.1 White: The material shall be manufactured with sufficient titanium
dioxide pigment to meet FHWA Docket No. FHWA-99-6190 Table 5
and Table 6 as revised and corrected.
3.3 Heatina indicators: The top surface of the material (same side as the factory
applied surface beads) shall have regularly spaced indents. These indents
shall act as a visual cue during application that the material has reached a
molten state so satisfactory adhesion and proper bead embedment has been
achieved and a post-application visual cue that the installation procedures
have been followed.
3.4 Skid Resistance: The surface, with properly applied and embedded surface
Project No. ST -09-006
Page 13 of 19
beads, must provide a minimum resistance value of 45 BPN when tested
according to ASTM E 303.
3.5 Thickness: The material must be supplied at a minimum thickness of 125
mils (3.15 mm).
3.6 Versatility: As an option, turn arrows and combination arrows may come
without surface applied glass beads, thus facilitating the use of those arrows
as either left or right indicators, thereby reducing inventory requirements.
3.7 Environmental Resistance: The material must be resistant to deterioration
due to exposure to sunlight, water, salt or adverse weather conditions and
impervious to oil and gasoline.
3.8 Retroreflectivitv: The material, when applied in accordance with
manufacturer's guidelines, must demonstrate a uniform level of sufficient
nighttime retroreflection when tested in accordance to ASTM E 1710. The
applied material must have an initial minimum intensity reading of 500
-2 -1 -2 -1
mcd'm .lx for white and 300 mcd'm .Ix for yellow as measured with an
L TL-2000 or L TL-X Retroreflectometer.
Note: Initial retroreflection is affected by the amount of heat applied
during installation. When ambient temperatures are such that greater
amounts of heat are required for proper installation, initial retroreflection
levels may be affected.
4. APPLICATION:
4.1 Asphalt: The materials shall be applied using the propane torch method
recommended by the manufacturer. The material must be able to be applied
without minimum requirements for ambient and road temperatures and
without any preheating of the pavement to a specific temperature. The
material must be able to be applied without the use of a thermometer. The
pavement shall be clean, dry and free of debris. Supplier must enclose
application instructions in English and Spanish with each box/package.
4.2 Portland Cement Concrete: The same application procedure shall be used as
described under Section 4.1. However, a compatible primer sealer shall be
applied before application to assure proper adhesion.
5. PACKAGING: The preformed thermoplastic markings shall be placed in
protective plastic film with cardboard stiffeners where necessary to prevent
damage in transit. Linear material must be cut to a maximum of 3' long pieces.
Project No. ST-09-006
Page 14 of 19
Legends and symbols must also be supplied in flat pieces. The cartons in which
packed shall be non-returnable and shall not exceed 40" in length and 25" in
width, and be labeled for ease of identification. The weight of the individual
carton must not exceed seventy (70) pounds. A protective film around the box
must be applied in order to protect the material from rain or premature aging.
6. TECHNICAL SERVICES: The successful bidder shall provide technical services
as required.
7. PERFORMANCE: The preformed thermoplastic markings shall meet state
specifications and be approved for use by the appropriate state agency.
Project No. 8T -09-006
Page 15 of 19
City of Port Angeles
Bid No. ST - 09- 006
BID FORM
Pavement Markings
Bidder must bid on all bid items. The bidder hereby bids tne following
amounts for all material described in the Contract Documents.
Item No. Qty: Unit: Description: Unit Cost: Extended
Cost:
Preformed Thermo-Plastic
Pavement Markinas
1 1650 feet Lines
White/12 inch wide $ 3. 57 $5,890.5
2 200 EA. Yield Line ('Shark-Teeth')
White 16" x 24" $11.93 $2,386.0
Combination (L / Straight) Arrow(s)
3 6 EA. White $201.36
FHWA Standard Type VII $1,208.1
Size: 13'0" x 7'4"
Turn Arrow / Left
4 6 EA. White $111.32 $667.92
FHWA Standard Type IV
Size: 8'2" x 6'3"
Straight Arrow Standard
5 8 EA. White
FHWA Type 1 $95.96 $767.68
Size: 9'10" x 3'3"
SUBTOTAL: $10,920.
SALES TAX
(8.4%): $917.30
FREIGHT: $ N/A
TOTAL: $11,837.
6
6
Project No. 8T -09-006
Addendum 1
Page 16 of 19
"
City of Port Angeles
Bid No. ST -09-006
Payment Markings
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further
notic~
~ No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). I to this project manuaL
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet mustbe signed and dated by the bidder or a representative
legally authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER Fl;i\\' -r;:~J,'^~ / T(\~.
TYPE OF BUSINESS: Cf?rpora~ Partnership (general) Partnership
(limited)
Sole Proprietorship
Limited Liability Company
ADDRESS lIe- r;clcf (!i .
CITY/STATE/ZIP T~~~& v,'//-e.. Jt}L ;;1..71 ~ 0
,
PHONE 336 ~ t.()~-:. ~ ~ 00 FAX '3 3/~ l{) ~_")' ~o
NAME (PLEASE PRINT) VI'-\. M1J4t~ 8 v1..c ery
TITLE ~ ?!/" ~tt '4 11,,~: u
SIGNED ~ ~ ~_ DATE
y ~"j/o ';
Project No. ST-09-006
Page17of19
"
. .
"
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.
Subscribed and sworn to before me this 15'}.~\Jday of ~ .; \Ii 1./
,200~ .
C\DI~fYj C.. ~\.\LcJc
Notary Public in an>!. for thEl "
State of t-JOt'+h l'O '(()! . nel;
Residing atm cY1lCX5 v :) ) ~ \ N ~
My Comm. Exp.: ~aG II
Project No. ST-09-006
Page 18 of 19
..
.
. .
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. ST-09-006
Page 19 of 19