HomeMy WebLinkAbout000489 Original Contract City of Port Angeles
Record #000489
CONTRACT DOCUMENTS
for
ANNUAL TRAFFIC MATERIALS
PURCHASE CONTRACT NO. ST -12 -008
u iPIINi sw 41111 1■
-0 IL 1111G111/
<i v
c- RKSAND
CITY OF PORT ANGELES
WASHINGTON
MARCH 2012
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
RANDALL BRACKETT, DEPUTY DIRECTOR OF OPERATIONS
Reviewed by
App r oved by:
,r
Randall Brackett Bill Bloor
Deputy Director City Attorney
Page 1 of 19
1�
March 10, 2012
+OppOAT 44,0% CITY OF PORT ANGELES
INVITATION TO BID
t 2,. v For
ANNUAL TRAFFIC MATERIALS
Sealed bids will be received by the Director of Public Works Utilities until 2:00PM, May 03,
2012, 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:
Traffic Materials: Signs and Traffic Control Devices
Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing
Lhanley(a�cityofpa.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.
Randall Brackett
Deputy Director
PUBLISH: Peninsula Daily News: April 19, 2012
Project No. ST -12 -008 Page 2 of 19
E f P°Rra
1 INSTRUCTIONS FOR BIDDERS
Equipment Bids
BID SUBMITTAL: All bids must be made on the required bid
form and in cases of errors in the extension
All bids must be sealed with the outside of of prices in the bid, the unit prices will
the envelope marked with the BID govern. All blank spaces for bid prices must
OPENING DATE May 03, 2012, be filled in, with ink or typewritten, and the
PURCHASE CONTRACT NO. ST -12 -008. bid form must be fully completed and
The NAME AND ADDRESS OF THE executed when submitted. Only one copy
BIDDER shall also appear on the outside of of the bid form is required. Faxed bids will
the envelope. Bids shall be directed to the not be accepted. Failure to adhere to
Director of Public Works and Utilities, and instructions may constitute disqualification
mailed to PO Box 1150, or delivered to 321 of proposal.
East Fifth Street, Port Angeles, Washington
98362. COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
It is the intent of the attached specifications the specifications.
to describe the minimum requirements for
the equipment requested in sufficient detail Failure on the Contractor's part to comply
to secure bids on comparable equipment. with any specification herein will be grounds
All parts which are necessary in order to for disqualification of the bid.
provide a complete unit as described,
meeting all safety requirements, and ready All items called for in the specifications,
for operation, shall be included in the bid including but not limited to the equipment
and shall conform in strength, quality of constructed as shown, and the necessary
workmanship and material to that which is manuals, must be complied with before the
usually provided the trade in general. Any final payment can be processed.
variance from the specifications or
standards of quality must be clearly pointed Where the description of an item includes
out in writing by the bidder. both specifications and a brand name and
number, the specifications shall govern in
Do not make reference to brochures or case of conflict. Brand name and number
supporting literature on the bid sheet. All are for reference as to the type and quality
notations for bid compliance or required and do not preclude offers of a
exceptions are to be made on the bid comparable or better product, provided full
sheet or on a plain piece of paper specifications and descriptive literature
attached and referenced to the bid item. accompany the offer. Failure to include full
descriptive literature may be cause to reject
If a bidder's corporate policy mandates use the offer.
of an official quotation form, it may be
submitted. However, the cost data must be WARRANTY:
duplicated on the City's bid cost data and The purchased supplies or equipment
agreement sheet. The City's bid sheet furnished must have full manufacturer's
must be signed by the bidder or its agent warranties, and the warranties must inure to
in order for the proposal to be accepted. the benefit of the City.
If alternate equipment is proposed, bidders
are required to submit a separate bid sheet Vendor agrees to these warranty provisions
for each unit offered. by signing the bid proposal.
Project No. ST -12 -008 Page 3 of 19
SAFETY: Orders for additional quantities may be
This unit shall completely comply with all placed with successful bidders over this
State and Federal laws, rules, regulations period from the date of award. Prices bid
and codes in effect at the time of delivery. shall be good for all equipment and
materials ordered during that period. All
The unit shall be tested by the successful orders shall be placed using City of Port
bidder for compliance with all OSHA/WISHA Angeles Purchase Orders. Payments shall
regulations and the State Department of be made monthly for materials received and
Labor and Industries Safety Rules. invoiced.
Offers made in accordance with the
DELIVERY ACCEPTANCE: Invitation to Bid shall be good and firm for
The successful bidder shall be responsible the period specified in the bid unless the
for delivery to the City's Maintenance Yard, Bidder specifically limits its offer to a shorter
1703 South B Street, Port Angeles, period by written notification on the bid
Washington, between the hours of 7:30 AM document. However, bids so modified may
and 3:00 PM during the City's normal work be declared non responsive.
day. Delivery shall be made within the time
period specified on the Schedule(s). Minority and women owned businesses
shall be afforded full opportunity to submit
GENERAL INFORMATION: bids in response to this invitation, shall not
The City of Port Angeles reserves the right be discriminated against on the grounds of
to consider delivery time and may waive any sex, race, color, age, national origin or
informalities or minor defects or reject any handicap in consideration of an award of
and all bids. Any bid may be withdrawn any contract or subcontract, and shall be
prior to the above scheduled time for the actively solicited for participation in this
opening of bids or authorized postponement project by direct mailing of the invitation to
thereof. Any bid received after the time and bid to such businesses as have contacted
date specified shall not be considered. No the City for such notification. Further, all
Bidder will be permitted to withdraw its bidders are directed to solicit and consider
proposal between the closing time for minority and women owned businesses as
receipt of proposals and the execution of potential subcontractors and material
contract, unless the award is delayed for a suppliers for this project.
period exceeding sixty (60) calendar days.
The City of Port Angeles may, at its option, Signing of the bid sheet by Contractor and
in awarding this purchase contract, take into subsequent acceptance by the City of the
consideration the revenue it would receive lowest responsive bid will constitute a
from purchasing the equipment from a binding agreement between the City and
supplier located within its boundaries, in Contractor. Contractor understands and
accordance with RCW 39.30.040. agrees that no contract payment will be
made until the City certifies that all stated
For the Schedule(s), offers made in specifications have been complied with and
accordance with the Invitation to Bid shall the equipment is delivered and accepted by
be good and firm for the period of 90 the City.
calendar days after contract award
unless the Bidder specifically limits its offer Bids will be evaluated and submitted to the
to a shorter period by written notification on authorized purchasing agent for approval as
the bid document. However, bids so soon as possible after bid opening. All
modified may be declared non responsive. bidders will be notified of results in writing.
Quantities shown are of total estimated
initial quantities to be ordered. Purchase
Project No. ST -12 -008 Page 4 of 19
Upon award of the contract to the
successful bidder, the City will send the
Contractor duplicate, complete sets of
Contract Documents, which will include the
City's Purchase Order Requisition. The
Purchase Order Requisition will include the
final agreed upon price and the specific
equipment and options being purchased.
The Vendor will then sign the duplicate sets
of Contract Documents and return them for
signing by the City. Each party will retain a
fully executed set of the Contract
Documents.
The Invitation to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions should be directed to Lucy
Hanley, Contract Specialist, (360) 417 -4541
or to Lhanlev a(�cityofpa.us
Project No. ST -12 -008 Page 5 of 19
pORT4
CITY OF PORT ANGELES
W 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 7:30 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. ST -12 -008 Page 6 of 19
9. WARRANTIES:
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
contract, or any condition of this contract concerning the conclusiveness thereof, the
Contractor warrants that for a period of one year after delivery and acceptance by the City of
Port Angeles, that:
(1) All supplies furnished under this contract will be free from defects in material or
workmanship and will conform with all requirements of this contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and
method of, shipment of such supplies will conform with the requirements of this contract.
b. When return, correction, or replacement is required, transportation charges and
responsibility for the supplies while in transit shall be borne by the Contractor. However, the
Contractor's liability for the transportation charges shall not exceed an amount equal to the
cost of transportation by the usual commercial method of shipment between the place of
delivery specified in this contract and the Contractor's plant, and return.
c. Any supplies or parts thereof, corrected or furnished in replacement under this clause,
shall also be subject to the terms of this clause to the same extent as supplies initially
delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration
to that in paragraph 9.a of this clause and shall run from the date of delivery of the corrected
or replaced supplies.
d. All implied warranties of merchantability and "fitness for a particular purpose" are
excluded from any obligation contained in this contract.
e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles.
f. Remedies available to the City. Within a reasonable time after providing notice to the
Contractor, the City may either:
(1) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not conform
with the requirements of this contract within the meaning of paragraph 9.a of this clause; or
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
10. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
11. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or
use tax. No charge by Contractor shall be made for federal excise taxes, and the City
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with
an exemption certificate.
Project No. ST -12 -008 Page 7 of 19
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. ST -12 -008 Page 8 of 19
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this I day of Jc/c.7 20 h---;
between the City of Port Angeles (hereinafter called the "City and Traffic Safety Supply
(hereinafter called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the City and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "Contract All obligations of the City and the Contractor
are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the City shall give a written interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the City, at the delivery point specified in
the Instructions to Bidders, and the City agrees to purchase and receive from Contractor
the equipment as described and set forth in the Contract Documents and the provisions
of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without
the express written consent of the City.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the applicable
laws of the State of Washington. Any legal proceedings to determine the rights and
obligations of the parties hereunder shall be brought and heard in Clallam County
Superior Court.
Project No ST -12 -008 Page 9 of 19
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor
or the Contractor's subcontractors, the City may serve written notice of intention to
terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor
such violation shall cease and an arrangement for the correction thereof satisfactory to
the City be made, the Contract shall, upon the expiration of the said thirty (30) days,
cease and terminate. In the event of any such termination, the City may purchase the
materials necessary for complete performance of this Contract for the account and at
the expense of the Contractor, and the Contractor shall be liable to the City for any
excess cost thereby.
Project No ST -12 -008 Page 10 of 19
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
TRAFFIC SAFETY SUPPLY CITY OF PORT ANGELES
By: By:
Title: 4.5/ p Title:1)r2614-0R, /Tvth« 1 1,4 rte.
Dated: G V4 Dated: (2
ATTEST: ATTEST:
)4(61/14
Cit lerk
Approv: d to as to form
i
City A t torney
Project No. ST -12 -008 Page 11 of 19
City of Port Angeles Schedule A
Invitation for Bid Annual Traffic Materials
Purchase Contract: ST -12 -008
GENERAL DESCRIPTION: Traffic Materials
SPECIFICATIONS: All materials shall conform to the latest edition of the Manual on Uniform Traffic
Control Devices (MUTCD) from the U S. Department of Transportation, et. al. Code numbers for traffic
signs in the following table refer to their listing in the MUTCD.
Bid Options: There are two (2) bid items in this procurement. Bid item 1 is for signs and bid item 2 is
for traffic control devices. Bidders must bid on both bid items for a bid to be valid.
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order
MATERIALS:
Bid Item 1 —Signs
Item QTY UNIT MUTCD SIZES DESCRIPTION UNIT EXTENDED
CODE COST COST
1 SIGNS ,4y ,;M: 3s
30" X 30" X.080 "STOP"! 3m HI Prismatic
2 80 EA R1 -1 GA Type IV /Radius Corner: 4 '4 7,
30" X 30" X.080 "YIELD"! 3M HI Pr: atic
3 10 EA R GA Type IV /Radius orners 13 1+
24" X 30" X.080 "15 MPH HI Prismatic 9Q 3�� Lo
4 10 EA R2 -1 GA Type IV adius Corners o�
A X 30" X.080 "20 PH /3M HI Prismatic
5 10 EA R2 -1 GA T .e IV /Radius Corners
24" X I" X.080 '25 MPH /3M HI Prismatic
6 20 EA R2 -1 GA Type IV /Radius Corners '1 1.8=
24" X 30" X.1:0 "30 MPH /3M HI Prismatic
7 10 EA R2 -1 GA Type IV /Radius Corners j
24" X 3 P X.080 "35 MPH 3M HI Prismatic atO
8 20 EA R2 -1 GA •e IV /Radius Corners q78
"St.. for Peds /3M HI
"X36 "X.080 Prism. ic Type IV/Radius lip, 61 io. 14)
10 EA R1 -6a GA Corners lS
"STOP /SLO /3M HI
24" X 24" X.080 Prismatic Ty. IV /Radius ,S1 iCity
9 6 EA W20 GA Corners
"9 -Dot" Black w/ Red
18" X 18" X.080 Reflective Circles /NO 1 1.69 LI f„L c
10 40 EA 0M4 -2 GA BUTTONS
Project No ST -12 -008 Page 12 of 19
12" X 36" X.080 3M HI Prismatic Type
11 10 EA 0M3 -L GA IV /Radius Corners H Q l (-16 .66
12" X 36" X.080 3M HI Prismatic Type 1y i��0
12 10 EA 0M3 -R GA IV /Radius Corners
24" X 24" X.080 Symbol /3M HI Prismatic Type
13 5 EA W1 -1 (L) GA IV /Radius Corners )9) d n
1t.0.
24" X 24" X.080 Symbol /3M HI Prismatic Type 9 i Y
14 5 A W1 -1 (R) GA IV /Radius Corners
36" X 18" X.080 3M HI Prismatic Type nn it
15 10 EA W1 -6 GA IV /Radius Corners cD 1 L9 1 c
48" X 24" X.080 3M HI Prismatic Type ZLciE.
16 10 EA 1 -6 GA IV /Radius Corners
36" X 18" X.080 3M HI Prismatic pe o
17 20 EA W1 GA IV /Radius Cor rs cP )'col 4 P
48" X 24" X.080 3M HI Pris :tic Type 3 18 10 EA W1 -7 GA IV /Radius orners 3
Symbo 'Truck Crossing /3M
3e X 30" X.080 HI Pr' matic Type IV /Radius '78 y (.1g ,W)
19 5 EA W11 -10 GA Co ers
30" x 3 X.080 /M HI Prismatic Type
�78,Z�
20 10 EA W11 -2 GA IV /Radius Corners
24" X 24" X.0: "Dead End /3M HI Prismatic j
21 15 EA W14 -1 GA Type IV /Radius Corners
"Dead End /3M HI Prismatic
W14 -1P 36" X 12" X.080 pe IV /Radius Corners/ It,, ,06 i
69
II II 1
22 10 EA (L) GA
"Dea• nd /3M HI Prismatic
36"/X 12" X.080 Type IV adius Corners/ 1 LI D HUA ar.'
23 10 EA W14 -1P GA "Right"
"No Outlet" HI Prismatic
W14 -2P 36" X 12" X.080 Type IV /Radius orners/ )c 3 73
24 5 EA "Left"
(L) GA
"No Outlet /3M HI P 'smatic
36" X 12" X.080 Type IV /Radius Corners N.4.00 73
25 5 EA W1 -2P GA "Right"
"Limited Sight" 3M HI
30" X 30" X.080 Prismatic Type IV /Radius A 78�,O
26 10 EA W14 -4 GA Corners
"Next 1/2 Mile /3M HI
18" X 12" X.080 Prismatic Type IV /Radius 7,
27 5 EA W16 -3b GA Corners
36" X 36" X.080 Symbol /3M HI Prismatic Type 3
28 5 EA W2 -1 GA IV /Radius Corners
Project No ST -12 -008 Page 13 of 19
36" X 36" X.080 Symbol /3M HI Prismatic Type N j .DO
"k
29 10 EA W2 -2 GA IV /Radius Corners CC1
30" X 30" X.080 Symbol /3M HI Prismatic Type, V....:2
30 5 EA W3 -1 GA IV /Radius Corners
30" X 30" X.080 Symbol /3M HI Prismatic Type
31 5 EA W3 -5 GA IV /Radius Corners/ "15 MP �l i D
"15 MPH Speed Zone
30" X 30" X.080 Ahead /3M HI Prisma Type 38 ):.16:=16
32 5 EA W3 -5a GA IV /Radius Corners
"Road Narrows" M HI
24" X 24" X.080 Prismatic Typ IV /Radius )94,0 £t E
33 5 EA W5 -1 GA Corners V
24" X 24" X.080 Symb• 3M HI Prismatic Type Q��-, a
34 5 EA 1 -3 GA IV .dius Corners/ Right
18" X 24" X.080 mbol /3M HI Prismatic Type
35 10 EA W1- GA IV /Radius Corners J LI j��f�� 0V�.� I L I to.
24" X 24" X.0' a Symbol /3M HI Prismatic Type la ic) 967
36 5 EA W2 -4 A IV /Radius Corners
White Field /Single Side/ 3M
48" X 1 "X.080 HI Prismatic Type IV/ Radius 18 icit08 m
37 80 EA Blank GA Corners /Holes Drilled
White Field /Single Side/ 3M
/X 12" X.080 HI Prismatic Type IV/ Radius 1S1 y�
38 50 EA Blank GA
\Corners /Holes Drilled
White Field /Single Side/ 3M
36" X 12" X.080 HI Prrr atic Type IV/ Radius C�' i �J
39 50 EA Bla k GA
Corners‘/Holes Drilled tyR
48" X 18" X.080 Symbo1/3I II Prismatic Type AQ g
40 5 EA 4140 GA IV /Radius Corne "Left" pC0i {4 r
48" X 18" X.080 S mbol 3M HI Prismatic Type
y (.0 t
o
Corners R
41 5 EA M4 -10 GA
"Sidewalk "Sidewalk Closed /3M Hl\
24" X 12" X.080 Prismatic Type IV /Radius iG 1 (¢S
42 5 EA R9 -9 GA Corners
h° x a ;�i, v,.,. Subtotal W✓ a :7`�< 'o,
`a+.� a l p x `'3!. ta-4, n 1
o'%„�k'� a s� '�r d'° r k
Project No. ST -12 -008 Page 14 of 19
Bid Item 2 Traffic Control Devices:
Item K8UT[D SIZES EXTENDED
QTY UNIT DESCRIPTION UNIT COST
CODE (width xHeight) COST
m�� wx
Type II Banicade Hi Intensity �r
�0��*rn^�_�� v~.�
Prismatic5heetingTopandBottnm/
NCHRP-350 Compliant/Match
Attached Picture/Bent Manufacturing
"Universal Barricade"
(��ephoto Abelow)
43 40 EA 24"w %4S h
Zepher Brand Reflexite reflective Vinyl
44 6 EA VV20'4 36"X36" "One Lane Road Ahead" (Orange) 4 /D 3973A
Zepher Brand Reflexite reflective Vinyl
"No L/R Turn Ahead"
Si,
(Orange)/Optional Overlay Patch for v ��~�^^xi:
Left
45 6 EA R3-2 36"%36" (See photo B below)
Zepher Brand Reflexite reflective Vinyl
46 10 EA VV20-1 36"%3G" "Road Work Ahead" (Orange) U-^ D0Q
2epherQrand Ref|exite reflective Vinyl
47 10 EA W3-4 36" X 36" C^
"Be Prepared To Stop" (Orange) �u��"^c�c�v �6��±
Zepher Brand Reflexite reflective
Vinyl/Symbol "Flagger" (Orange) K�
48 10 EA W20-7 36"
49 10 EA Zephyr Bases! 38 pound
CaooniteRoadnnarkers/N[HRP'350
Compliant/Yellow CO
U�^
50 20 EA 3.75''X66"
Subtotal $6;$
5 �K�]�.�^
Bid Item 2: Traffic Control Devices Photos
Photo A: Type II Baracade
Photo B: No Left Right Turn Ahead
4 11 i :::,,t :4:: 6 '417,: l :k' fr
Project No. ST-12-008 Page 15 of 19
City of Port Angeles
Bid No. ST -12 -008
BID FORM
Annual Traffic Materials
Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the
following amounts for all material described in the Schedule A of the Contract
Document.
igns c
Subtotal: j I I t
Bid Item 2— Traffic Control Devices Subtotal: CO I .L VLI
:;r >`{'S3 d fr,'U `�i "h 4 7I
1 1
Y 4 4 Sales Tax (8.4 S
fi
i 9 �L�= ;x Freight
Total Amount for Bid Items 1 2
Project No ST -12 -008 Page 16 of 19
City of Port Angeles
Bid No. ST -12 -008
Annual Traffic Materials
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?
YeO No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). I to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein This bid
submittal sheet must be signed and dated by the bidder or a representative
legally authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER (a `c 12._ l
TYPE OF BUSINESS: Corporation) Partnership (general) Partnership
(limited)
Sole Proprietorship Limited Liability Company
ADDRESS caS "1 SE LI )a 54
CITY /STATE /ZIP Pb t C, Or c1 7
PHON EB D 17 8 8 FAX C ..�5- i i
NAME (PLEASE PRINT) Je a" R +.5 AS
TITLE ,2'5/
SIGNED a— v�'�'°^ DATE
Project No. ST -12 -008 Page 17 of 19
of 9ONTq,,
NON COLLUSION Is4 tfts Ato
R E L 0,4)
STATE OF WAS -I NG-T-6N
COUNTY OF4 (4y,eivul ,k
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
Si nature of Bidder /Contractor
Subscribed and sworn to before me this 7 day of 74 20
f. OFFICIAL SEAL
s x. CHRISTINE A BONIN
a
i 'r►' NOTARY PUBLIC OREGON Notary Publj in and for the
19 COMMISSION NO. 448308 t State of /4, vv
f MY COMMISSION EXPIRES MAY 08, 2014 9 C.
Residing at -3 ,z V, rc
My Comm. Exp.: Nee...r✓ 8 ,2o/7
Project No. ST -12 -008 Page 18 of 19
+OF PORT.4
U N
BIDDER'S CHECKLIST
ORKS ASO
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 -12 -008 Page 19 of 19