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