HomeMy WebLinkAbout4.661 Original ContractCITY OF PORT ANGELES
WASHINGTON
July 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
Reviewe fly
M.C. Puntenney,
Deputy Director
Reviewed by:
047 LW,
s Dic`t son
Senior Assistant City Attorney
CONTRACT DOCUMENTS
for
Traffic Advisory Message Board Display
PURCHASE CONTRACT NO. ES -10 -014
Page 1 of 21
July 01, 2010
OF PORT
''''RKS AND
CITY OF PORT ANGELES
INVITATION TO BID
for
Traffic Advisory Message Board Display
Sealed bids will be received by the Director of Public Works Utilities until 2:OOPM, August 19,
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: Trailer Mounted Adjustable Traffic Sign
Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing
Lhanlev a(�,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 20 2010
Michael Puntenney
Deputy Director
Project No ES -10 -014 Page 2 of 21
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE August 19, 2010,
PURCHASE CONTRACT NO. ES -10 -014.
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. ES -10 -014
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,
1703 South B Street, Port Angeles,
Washington, between the hours of 7:00 AM
and 3:00 PM during the City's normal work
day. Delivery shall be made within the time
period specified on the Schedule(s).
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
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 ES 10 014
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 Lhanlevta'�.citvofoa.us
Project No ES -10 -014 Page 5 of 21
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, Contractor shall give prior notification and obtain written approval thereto from the
City. Time is of the essence and the Contract is subject to termination for failure to deliver
as specified and /or appropriate damages. The acceptance by the City of late performance
with or without objection or reservation shall not waive the right to claim damage for such
breach nor constitute a waiver of the requirements for the timely performance of any
obligation remaining to be performed by Contractor.
The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1703
South B Street, Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM
during the City's normal work day. Delivery shall be made within the time period specified
on the bid.
4. 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 ES -10 -014 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.
Project No. ES -10 -014 Page 7 of 21
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.
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 ES -10 -014 Page 8 of 21
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this o` day of �t 20
between the City of Port Angeles (hereinafter called the "City and Highway Specialties
(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
ARTICLE II
CONTRACT COST
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.
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 ES -10 -014 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 ES -10 -014 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
t-li&NtJ4Y sPECt4LTnr -S
By: Clt By:
Title: 6 er�eieAC d�knv� Title: A
-v
Dated: q— /t9 /i9--/() Dated: w ear- ao PeP!v
ATTEST:
ATTEST:
if.-i%■24.01
City rk
Approved to as to form
orney c cg /4.0PLt g4 /CI
Project No. ES -10 -014 Page 11 of 21
City of Port Angeles
Invitation for Bid
Purchase Contract: ES -10 -014
2 The unit must be capable of
withstanding sustained 70 MPH tow
speeds.
3 The unit shall be designed to operate in
display mode while being towed up to
15 MPH.
Schedule A
Traffic Advisory Message Board Display
GENERAL DESCRIPTION: Trailer Mounted Adjustable Traffic Sign
GENERAL DESCRIPTION OF EQUIPMENT BEING BID:
Bidders may list variations to these minimum specifications in the "Exception" section of
the bid sheets. Bidders may also suggest alternatives to name brand products, specified
by the City of Port Angeles, in the "Exception" section as an "Approved Equal To be
considered as an "Approved Equal", the specifications of the suggested alternative must
be attached for our review. The City of Port Angeles will be the sole judge for approving
other brands offered as equals to the brand specified. Bidders are also encouraged to
list and price any options that are felt to enhance the use of item bid and /or would be
desirable. All standard equipment is to be included, specified or not. When a Society of
Automotive Engineers (SAE), American National Standard Institute (ANSI), American
Society for Testing and Materials (ASTM), American Welding Society (AWS)
"Reference" is cited, it is to establish an expected level of performance, level of testing
or design basis.
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order
TRAILER MOUNTED ADJUSTABLE TRAFFIC SIGN
CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTION
General 1 Minimum sign height extended (from
ground level to the top of the sign) 138
Maximum sign height in travel position
95
C�
't&
Project No ES -10 -014 Page 12 of 21
CATEGORY ITEM MINIMUM SPECIFICATIONS
4 The unit shall be able to withstand up to
40 MPH wind loading, when setup and
operating, without being hitched to a
tow vehicle or using auxiliary tie downs.
5 All metal surfaces shall be thoroughly
cleaned (sand blasting or chemical
cleaning is acceptable) and powder
coated.
Trailer color: Highway Safety Orange
Sign color: Flat black
6 Operational ambient temperature
range: +20 to +140 degrees Fahrenheit.
7 The sign shall be unaffected by
common RF interference.
8 Components shall be configured and
legal for towing at all highway speeds in
the state of Washington
9 A manual sign lift winch, with brake,
shall be installed to lift the sign to
operating height. The winch shall be
easily operated by one person. There
shall also be an auto lock device so that
the display panel, once in operating
position, shall be automatically locked
in place and remain in the raised
position.
10 The batteries, electric and electronic
components not contained in the sign
enclosure, shall be protected by
installation in a sealed, steel, lockable
storage container The cover shall be
capable of being walked on. There shall
be non -slip tread applied to the cover.
11 The listed literature shall be supplied
with the unit
Owner's/Operations Manual
Parts Manual
All available Wiring Diagrams
Trouble Shooting Guide
P rolect No ES -10 -014
COMPLY EXCEPTION
y
CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTION
12 A full warranty shall be supplied
covering no less than one year. The
shall not start until the unit is
delivered and accepted by the City.
Trailer 1 The trailer shall be self contained and
self supporting and must be capable of
being setup and operated by one
person without additional tools.
The trailer maximum gross weight shall
be 2000 lbs.
2 The frame construction shall be all
steel. The base frame and main upright
shall be steel tubing, minimum size: 3"
x 2" x 3/16 All reinforcement and
bracing shall have a minimum size of 2"
x 2
3 The fenders shall be bolt on 10 ga.
They shall be capable of being walked
on without damage and have non -slip
tread on the walking surface.
4 The axle shall be a 2000 Ib. rubber
torsion type with independent
suspension. Trailer ground clearance
will be 12.5"
5 The trailer shall have a reversible 3"
lunette eye/ 2" ball hitch and
appropriate sized safety chains. It shall
also be equipped with an easily
removable tongue to prevent
unauthorized towing.
6 The trailer shall be equipped with full
size 15" heavy duty tires and wheels.
7 The unit shall have a 2000 Ib. swiveling
screw tongue jack. It shall also have
four adjustable outrigger leveling pads,
one at each frame corner.
/(5
f e
/e5
yes
y ce .,„:c. 7
Project No ES -10 -014 Page 14 of 21
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTION
Sign Electrical 1
Changeable
Message Sign
8 The trailer shall have class A flush
mounted LED towing lights. All lights
(turn, tail, stop and clearance) must be
installed to conform to Washington
state standards.
The sign shall operate from solar and
battery or a utility 120 VAC input.
2 The unit shall be equipped with solar
panels. The panels shall be of current
manufacture and of a high efficiency
single crystal silicon cell style. The
panels shall have a non reflective
coating for improved efficiency.
The solar array shall be configured for
80 watt panels and be installed in a
single frame. The array shall utilize a
self- erecting mechanism to keep the
array oriented skyward. The solar
modules will generate approximately 17
VDC.
3 The unit shall have eight (8) 225 amp
hour, 6 VDC deep discharge, absorbed
glass mat batteries. The batteries shall
be wired to provide 12 VDC for display
operations.
An automatic low voltage disconnect
circuit shall be installed to monitor the
battery level and protect the batteries.
4 A 120 VAC charging system shall be
installed to recharge the batteries.
The sign shall be a LED full matrix
design with a minimum of three lines of
characters. Each character in each line
shall be legible when lit, day or night,
from a distance of 750 feet.
The minimum sign dimensions shall be:
88.5" wide 44.5" tall.
(e5
Ye5
Y
\tef:7
C�
Project No ES -10 -014 Page 15 of 21
CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTION
2 The LED's used shall be amber in color
and have a 30 degree cone of visibility.
The individual LED's shall be rated for
1,500,000 hours of operation under
normal product operating conditions.
The LED's shall be of a sealed modular
design, (LED's shall be grouped into
modules) to facilitate repair
replacement of any defective units.
All modules shall be tested and certified
to resist normal operating conditions,
IE; thermal shock, humidity, salt spray,
mechanical shock, immersion and
splash from water, chemicals or oils,
dirt, vibration, electromagnet emissions.
The front face of the sign shall have a
UV inhibited coating to enhance
contrast and readability.
Operational temperature range of the
LED modules shall be -40F to +185F.
3 The full sign refresh rate shall be no
more than 100 milliseconds.
4 The sign shall have the capability to
vary the brightness of the LED's. This
feature will be controlled by a photocell
to adjust the LED brightness relative to
ambient light levels.
ez2
e>
Project No ES -10 -014 Page 16 of 21
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTION
5 The sign control computer shall be of
solid state design and shall be
protected from weather or dust by being
housed in the sign panel assembly.
The control computer shall have the
capability to store up to 99 different
preprogrammed messages.
The control computer shall be accessed
through an environmentally sealed
handheld terminal. The terminal shall
have a 4 x 20 character display and
touch pad.
The handheld terminal shall have an
extended cord so it may be used up to
20 ft. from the sign.
6 A radar gun shall be included so that
the sign can be used as a traffic speed
monitor when needed.
Project No ES -10 -014 Page 17 of 21
Bidder must bid on all bid items. The bidder hereby bids the following amounts for all
material described in the Schedule A of the Contract Document.
Trailer Mounted Adjustable Traffic Sign
BID FORM
Traffic Advisory Message Board Display
Bid Item
City of Port Angeles
Bid No. ES -10 -014
QTY Bid Amount
1
Bid Price
Sales Tax 8 4%
Freight
Total Bid Price
Project No ES -10 -014 Page 18 of 21
d� V"
Will you sell additional units to the City of Port Angeles at the bid price until further
notice
Yes No
City of Port Angeles
Bid No. ES -10 -014
Traffic Advisory Message Board Display
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). Y 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.
r� s4 L L C
FULL LEGAL NAME OF BIDDER lt-� E'= �!?tia�:- i
Project No ES- 10- 014
TYPE OF BUSINESS: Corporation Partnership (general) Partnership
(limited)
Sole Proprietorship Limited Liability Company
ADDRESS I( 3 K -k0 b i u
CITY/STATE/ZIP t 1 .J1
PHONE 3(c:: 9 7 n Cie r FAX 3Lc%' 3 7' 17 C
NAME (PLEASE PRINT) KCA- 1.4 1 c; 4P\.1
TITLE .4L I I /4 ■om'. `t"t c
SIGNED v_: ,ti�fa DATE 7`_
Page 19 of 21
STATE OF WASHINGTON
COUNTY OF
NON- COLLUSION AFFIDAVIT
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him /her self an advantage over any other bidder or bidders.
Subscribed and sworn to before me this
Proiect No ES -10 -014
A s t SI 41. 1Ec
Signatur of :idder /Contractor
day of �f�
Notary Public in and for the
State of CLIP
Residing at 0 `c l -l'-
My Comm Exp
,20 (C�
Page 20 of 21
BIDDER'S CHECKLIST
1 Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non Collusion Affidavit been property executed?
3 Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
Project No ES -10 -014 Page 21 of 21