Loading...
HomeMy WebLinkAbout4.656 Original ContractReviewe CONTRACT DOCUMENTS M.C. Puntenney, Deputy Director Reviewed by: is Di son Senior Assistant City Attorney for Annual Street Material Purchase PURCHASE CONTRACT NO. ST -10 -013 of %alto C ORKS P CITY OF PORT ANGELES WASHINGTON May 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS Page 1 of 22 Lt. (o5(Q May 01, 2010 CITY OF PORT ANGELES INVITATION TO BID for Annual Street Material Purchase Sealed bids will be received by the Director of Public Works Utilities until 2:00PM, July 22, 2010, 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: Street Sign Materials: Street Name Blanks, Sign Blanks, Aluminum w/ High Intensity Prismatic Signs, Fabric Roll -Up Signs, Border and Radius, Posts, Sign Hardware, Galvanized Steel Post and Die Cut Letters Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing Lhanlev aC�.citvofoa.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. PUBLISH: Peninsula Daily News July 06, 2010 Michael Puntenney Deputy Director Project No. ST -10 -013 Page 2 of 21 BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE July 22, 2010, PURCHASE CONTRACT NO. ST -10 -013. 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 -10 -013 INSTRUCTIONS FOR BIDDERS Equipment Bids 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 21 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 7:30 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 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 10 013 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 21 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 Lhanlevacitvofoa.us Project No ST -10 -013 Page 5 of 21 ti pORTg 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 -10 -013 Page 6 of 21 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. ST -10 -013 Page 7 of 21 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 -10 -013 Page 8 of 21 PURCHASE CONTRACT ARTICLE 1 CONTRACT DOCUMENTS THIS AGREEMENT is made and entered into this day of between the City of Port Angeles (hereinafter called the "City and CorQ(hereinafter called the "Contractor "Vendor or "Bidder 20 /b stom Products WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: 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 -10 -013 Page 9 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 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 -10 -013 Page 10 of 21 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: J _W-&& Title: Mn N Dated: O ATTEST: By: Title: 01 Dated: p'D ATTEST: Appr ved to as to f m City Attorney Project No. ST -10 -013 Page 11 of 21 City of Port Angeles Invitation for Bid Purchase Contract: ST -10 -013 GENERAL DESCRIPTION: Traffic Sign Materials Schedule A Annual Street Material Purchase SPECIFICATIONS: All materials shall conform to the latest edition of the Manual on IJniform Traffic Control Devices (MUTCDI 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 Bid Options: Bidders shall have the option to bid on all Bid Items or bid on each Bid Item separately for a bid to be valid DATE DELIVERY REQUIRED: Maximum o 30 bays from receipt of purchase order MATERIALS: Bid Item 1 Fabric Roll -o Signs: I FABRIC ROLL -UP SIGNS ITEM NO 1 I LANE REVISIO 2 I BE PREPARED TO S 3 I MOTOCYCLES USE STEEL PLATE OVER 4 ROADWAY PAVEMENT WIDTH 4 TRANSITION PAVEMEN 4 TRAN Project No ST -10 -013 ZEPHER Brand Reflexite reflective Vinyl Size: 36" DESCRIPTIONS SPECIAL I W20 -7 UNIT COST EXTENDED COST t) 1 1.D.1 c7. u c 1O \\C).0 2 ea. 6 ea. 14 ea 4 ea. Sales Tax (8. Freight I Grand Total Q Page 12 of 22 It►o•ta LU12 I `lo,l2 (o(LO12 Ct "-1., Bid Item 2 Sian Blanks: SIGN BLANKS ITEM NO MATERIALS 5 I SCHOOL HOUSE/ #W11 -2 6 I STANDARD 7 I STANDARD 8 I STANDARD 9 1 STANDARD ALUMINUM/ 080 GAUGE, RADIUS CORNERS, HOLES DRILLED Bid Item 3 Street Name Blanks:" SIZE 130" x 30" I 36" x 24" 136" x 30" 30" x 24" 24" x 36" T NAME BLANKS ITEM NO I MATERIAL 10 I125;GAUGE 11 125'GAUGE 12 125 GAUGE 13 1125 GAUGE 14 1125 GAUGE 15 1125 3AUGE 16 1125 GAUGE 17 1125,i/GAUGE 18 I12d Project No ST -10 -013 130" x I 36" x 8" 140" x 8" I 42" x 8" I 44" x 8" I 46" x 8" I 48" DOUBLE SIDED GREEN /GREEN, WHITE BORDER/ eoRNERS ea. 20 ea 20 ea 20 ea. 30 ea QTY 1 ea 4 ea 4 ea 10 ea. 6 ea QTY I UNIT COST 30 ea. an .1 0 ea. Pfk UNIT COST I1.9 Ic7.5)1 15 .ln o Subtotal Sales Tax (8 4 Freight Grand Total Subtotal Sales Tax (8 4 Freight Grand Total EXTENED COST t 1. 8 'C g 56 IO_kC I "609 .tin Non (.O. 0 A 4€..) None I EXTENDED COST Page 13 of 22 Bid Item 4 Street Name Blanks. I STREET NAME BLANKS HIGH INTENSITY PRISMACTIC, DOUBLE SIDED GREEN /GREEN, WHITE 5/8" BORDE RADIUS CORNERS ITEM NO L SIZE 19 I 080 GA 24" x 8" 20 080 GAUG 21 080 GAUGE 22 080 GAUGE 40" x 8 23 .080 GAUGE 42" x 8" 24 .080 GAUGE 44" x 8" 25 .080 GAUGE 46" x 8" 26 080 GAUGE 48" x 8" 1 ea 27 .080 GAUGE 50' x 20 ea 28 .080 GAUGE 20 ea Bid Item 5 Sians: J ITEM I NO MATERIAL RT. ANGLE TURN ARR [R] #W1- 29 1 CURVE ARROW #W1 -2 30 FR] CURVE ARROW #W1 -2 31 [L] ADVISORY SPD. PLATE [25] #W13- 32 1 LIMITED SIGHT DISTANCE 33 #W14 -4 34 I PLAYGROUND #W15 -1 35 I DOUBLE LARGE ARROW #W1 -7 36 I SINGLE LARGE ARROW #W1 -6 FLOODED DURING STORM 37 [special] #W18 -1501 38 I Y' INTERSECTION #W2 -5 REDUCED SPEED AHEAD [30] 39 #W3 -5 REDUCED SPEED AHEAD 40 W /ARROW [30] #W3 -5a Project No ST -10 -013 QTY UNIT COST 30 ea Iaa .o 200 ea 1<T3 125 ea I4.(o 0 ea. I SIGNS ALUMINUM 080 GAUGE W/ HIGH INTENSITY PRISMATIC 080 GA RADIUS CORNERS AND WI HOLES DRILLED SIZE I QTY 24" x 24" 4 ea 24 "x 24" 2 ea 24" x 24" 1 ea 18 "x18" 6ea 30" x 30" 130" x 30" 136" x 18" I 36 "x18" 30" x 30" 2 ea I 24" x 24"__ 12 ea 30" x 30" 30" x 30" ?)y(n. Subtotal Sales Tax (8.4 Freight Grand Total 6 ea 10 ea 5 ea 10 ea 3 ea TENDED COST OC) C)R .00 1)-)CiR 50 ao.t:C� INo I nlrno I I `n c"7 o1 I UNIT COST I EXTENDED COST c ,LAC 3 ea c-1( .\-‘,5 Page 14 of 22 END OF ROAD MARKERIRED 9- 41 DOT] #OM4 -2 DO NOT DRIVE ON SHOULDER 42 #R11 -501 NO PARKING BIKE LANE 43 #R7 -9 STRAIGHT ARROW W/ ONLY #R3- 44 501 45 I COMO [LEFT] ARROW #R3 -6 ADVISORY SPEED PLATE [20] 46 #W13 -1 NO OVERNIGHT PARKING/ OR PARKING [`SPECIAL] *SEE SIGN GRAPHIC BELOW #R -1054 47 (See Photo Below) 48 STREET CLOSED #R11 -2 49 STOP #R1 -1 50 YIELD #R1 -2 51 4 -WAY STOP #R1 -3 52 RT ON GREEN ONLY #R10 -5 53 SPEED LIMIT [35] #R2 -1 54 END SCHOOL ZONE #S5 -2 55 NO RIGHT TURN #R3 -1 56 NO LEFT TURN #R3 -2 57 BEGINS #R3 -9cP 58 ENDS #R3 -9cP 59 ONE WAY W/ ARROW #R6 -2 [L] 60 ONE WAY W/ ARROW #R6 -2 [R] 61 SLIPPERY WHEN WET #W8 -4 62 STOP HERE ON RED #R10 -6 63 NO TURN ON RED #R10 -11 64 AIRPORT #15 -5 65 HOSPITAL #D9 -2 LANE USAGE [LEFT w/ ONLY/ 66 COMBO LEFT] #R3 -8 67 I AHEAD #W16 -9P DIRECTIONAL ARROW #W16 -7P 68 (L) DIRECTIONAL ARROW #W16 -7P 69 (R) Project No ST -10 -013 18" x 18" 36" x 48" 12" x 18" 30" x 36" 30" x 36" 18" x 18" 30" x 24" 30" 48" x 30" 30" x 30" 36" x 36" 24" x 12" 24" x 30" 24" x 30" 24" x 30" 24" x 24" 24" x 24" 12" x 24" 12" x 24" 18" x 24" 18" x 24" 30" x 30" 24" x 36" 24" x 30" 24" x 24" 30" x 30" 30' X 30" I 24' X 10" 30' X 18" 30' X 18" 30 ea 4 ea 15 ea 2 ea 12 ea 10 ea. 0 OV R IGHT PARKING OR CAMPING WOOD CUTTING OR REMOVAL City of Port Angeles. Ordinance No 101 12 ea aoP 6 ea 30 ea 10 ea. 10 ea 6 ea 5 ea 5 ea 5 ea 5 ea. 4 ea 4 ea 6 ea. 6 ea 4 ea 2 ea 2 ea 6 ea 4 ea 4 ea 30 ea 6 ea 4 ea I (o.(0(n 4 L((03 .!qS (0 fl I d 155? .d\ ci .vD9 0 1(0 'R'(h Series O 2_1) Series C Series C Page 15 of 22 AHEAD 080 GA HIGH INTENSITY 70 PRISMATIC SHEETING W16 -9P 'SCHOOL' SIGN FACE OVER -LAY, YELLOW /GREEN COLOR,PRESSURE SENSITIVE 71 #S4 -3 72 I DEAD END #14 -1 Bid Item 6 Die -Cut Letters' E -CUT LETTERS ie -cut sign letters must comply to the standards set forth in Federal Fabrication Manual #M55 -5 and as a •ted by the Federal and Washington State's Manual on Uniform Traffic Control Devices for design shape(s) and size(s) for sign fabrication. DIE -CUT HIGH_INTENSITY PRISMATIC PRESSURE SENSITIVE ITEM NO I MATERIAL LETTER( ries'D' White 50 ct 71 Pkg LETTER(s) Seri White 50 72 ct /Pkg. LETTER(s) Series 'D' e 50 73 ct. /Pkg. LETTER(s) Series 'D' White 74 ct /Pkg LETTER(s) Series 'D' White 50 75 ct. /Pkg LETTER(s) Series 'D' White 50 76 ct /Pkg LETTER(s) Series 'D' White 50 77 ct /Pkg LETTER(s) Series 'D' White 50 78 ct /Pkg LETTER(s) Series 'D' White 79 ct /Pkg LETTER(s) Series 'D' 50 80 ct /Pkg LETTER(s) Sene White 50 81 ct /Pkg LETTER(s) es 'D' White 50 82 ct /Pkg LETT Series 'D' White 50 83 ct /P., ER(s) Series 'D' White 50 84 `''Pkg LETTER(s) Series 'D' White 50 ct /Pkg Project No ST -10 -013 36 "x15" 4 ea d6 24" x 8" 6 ea. 10 24" x24" SIZE I LETTERS I QTY 4 -Inch L 4 Inch A 4 Inch 0 4 Inch h 4 Inch I 4 Inch S 4 Inch D 4 Inch F 4 Inch H 4 Inch G 4 Inch 3 Inch 10 ea. 1 1(0 Subtotal Sales Tax (8 4 Freight Grand Total 10 Pk 6 Pk 6 Pk 4 Pk 4 Pk 4 Pk 4 Pk. 2 Pk 2 Pk 2 Pk 2 Pk 2 Pk 40 Pk (0a .5 ftoO7D I t10.� cx- Achs,) I 3F .6 -4- Page 16 of 22 XTENDED COST Z L ?kry jg fikrr C O) PRO Vg0 (na 1.0(p (Ua_io'"'1 ISJd Loa 4�, 27r3a LETTER(s) Series 'D' White 50 Pkg. (s) Series 'D' White 50 87 ct /Pk•. LETTER(s) Ite 50 88 ct /Pkg. LETTER(s) Series 'D' White 89 ct /Pkg LETTER(s) Series 'D' White 50 90 ct /Pkg. LETTER(s) Series 'D' White 50 91 ct /Pkg LETTER(s) Series 'C' White 5 92 ct. /Pkg LETTER(s) Series 93 ct. /Pkg. Bid Item 7 Border and Radius: DER AND RADIUS ITEM NO MAT RADIUS 3/4" x 1 1/2" White 94, Pkg. TAPE BORDER WHITE 50 yard, 95 Roll TAPE BORDER WHITE yard 96 Roll RADIUS 5/8 "x1 WW 97 Qt /Pkg._ Project No ST-10-013 3 Inch T 3 Inch E 3 Inch H Inch HIGH INTENSITY PRISMATIC PRESSURE SENSITIVE SIZE 1 5/8" 50 yd 3 Ro QTY 1'/" 6 Pkgs Subtotal 1 Sales Tax (8.4 1 Freight Grand -Total 40 Pk 5,(f (0 35 20 Pk.� 20 Pk. 1 Pk 1 Pk 1 Pk 1 Subtotal Sales Tax (8.4 11 Freight Grand Total .(D? ko\ O Pc) %2 w p5 41 S5 0 l SAL .0 EXTENDED COST Page 17 of 22 Bid Item 8 Posts: Bid Item 9 Sian Hardware:,/ ITEM NO NO TERIALS 98 I 99 I 100 I AASTHO APPR 101 I GALVANIZED WL 2__LN HOLES ON 1 INCH CENTER 102 12 GA 103 SIG 104 105 10641 SIGN TO SIG SIGN TO POST TYPE ANTI -THEFT SECURITY NUTS 107 "Tufnut 16 I 108 DRIVE RIVETS. J 3/8" Zinc Plated CORNER BOLT 109 STEEL ZI 5/16" x 1 1/14" Bid Item 11 S/S Bandina Hardware Propect No ST -10 -013 �,��iARDWARE ITEM NO MATERIALS BANDIN BANDING 3/4" WIDE 100" POSTS Prd SIZE 9'ox2 "x2" 10'ox2 "x2" TAL, 111'o x 2" x 2" 12'o x 2" x 2" 'ox21/2" 2 1/2" Post) 5 1/2" (Fits 2" Square ost) s 2" S ost QTY I 100Ea 1 200 Ea. 15 20 200 Ea 150 Ea 1000 Ea 00 Ea EMS TO BE STAINLESS ST UNIT COST 25 Ea I Subtotal I Sales Tax (8 4 I Freight I Grand Total SIGN HARDWARE ALUMINUM SIGN MOUNTINGORACKETSXSQUARE POST) ERIALS SIZE I QTY POST TYPE 5 1/2" (Fits 2" Square 500 Ea. I Subtotal I Sales Tax (8 4 I Freight I Grand Total EXTENDED COST I lo .00 I1C 5(7 EXTENDED COST l 0 020 2Ea 5c6 0030 1 2Ea 15 1 .c Page 18 of 22 ROLL 112 WIN BRACKETS /FLA 113 BOLTS AND WASHERS Bid Item 12 Traffic Cone Sians:7 c Cone Signs Project No ST -10 -013 3/4" Wide 6" POST 0 200 Ea. 10 I Subtotal I Sales Tax (8 4 I Freight I Grand Total (QO btotal I 1 C 1, OR Sales Ta NICAQA I Freight Grand Total PLASTIC/ FOR MOUNTING ON TOP OF TRAFFIC CONES NO I O IT NO PARKING SY 114 #SNP6 12% "x10 30 I 115 I WET CONCRETE #WETC x 10 1 20 KEEP LEFT W/ ARROW 116 #V -KEPL 12" x 13 10 KEEP RIGHT W/ ARROW 117 #V -KEPR 12" x 13 Y4" NO RIGHT TURN SYMBOL 118 #V -NSRT 12" x 1 10 NO LEFT TURN SYMBOL 119 #V -NSLT x 13 %4" 10 DIRECTIONAL LANE 120 USAGE ARROW #V y' 12" x 13 %4" 10 DIRECTIONAL 121 USAGE AR' #V -A10L 12" x 13 /4 SIZE I QTY I UNIT C R EXTENED COST Page 19 of 22 FULL LEGAL NAME OF BIDDER TYPE OF BUSINESS: (limited) City of Port Angeles Bid No. ST -10 -013 Annual Street Material Purchase BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notice? Yes No ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. CUSTOM PRODUCTS CORP PO. BOX 54091 JACKSON, MS 39288 -4091 orporation Partnership (general) Partnership Sole Proprietorship Limited Liability Company ADDRESS CUSTOM PRODUCTS CORP Etc.). BOX 54091 CITY /STATE /ZIP JACKSON, MS 39288-4091 II PHONE 620 FAX SOO NAME (PLEASE PRINT) r-\S J 1 0 p TITLE I A 01 n 1 V DATE 0 �-7 SIGNED h� I �1) Project No ST -10 -013 Page 20 of 22 STATE OF WASHINGTON 5S1.% COUNTY OF ,tn— 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 t I day of Project No ST -10 -013 NON COLLUSION AFFIDAVIT Signature of Bidder /Contractor Notary f7u in and for the State of�r- a-��:����� Residing at I 2 P\ ma c►. Dr My Comm Exp.• 8 Z ,20 Page 21 of 22 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 -10 -013 Page 21 of 21