Loading...
HomeMy WebLinkAbout000610 Original ContractReviewed by: Maher Abed Deputy Director of Operations Project No ST -13 -003 PROJECT MANUAL CONTRACT DOCUMENTS for 2013 TRAFFIC CONTROL MATERIALS PURCHASE CONTRACT NO. ST -13 -003 CITY OF PORT ANGELES WASHINGTON MARCH 2013 City of Port Angeles Record #000610 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MAHER ABED, DEPUTY DIRECTOR OF OPERATIONS Approv 'd by: /-4 William Bloor City Attorney Page 1 of 21 February 27, 2013 CITY OF PORT ANGELES INVITATION TO BID for TRAFFIC CONTROL MATERIALS Sealed bids will be received by the Director of Public Works Utilities until 2:00PM, Thursday, March 21, 2013, 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 for street signs Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing contractsacitvofDa.us All bids must be on the form provided. Faxed or emailed bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive minor irregularities 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: March 6, 2013 Mike Puntenney City Engineer Project No. ST -13 -003 Page 2 of 21 BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE March 21, 2013, PURCHASE CONTRACT NO. ST -13 -003. 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 in the general trade Any variance from the specifications or standards of quality must be clearly stated 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 13 003 INSTRUCTIONS FOR BIDDERS Equipment Bids All bids must be made on the required bid form and in cases of bid price extension errors, 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 or emailed 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 OSHANVISHA 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 7:30 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 minor irregularities 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 Project No. ST -13 -003 initial quantities to be ordered. Purchase 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. 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. 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 Page 4 of 21 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 contracts(a�citvofoa.us Project No. ST -13 -003 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 authorized 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 from 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 -13 -003 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. ST -13 -003 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. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700 -7 and LI 700 -29 and abide by the requirements thereof. Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 16. 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. 17. 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. 18. 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. 19. 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. 20. 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 -13 -003 Page 8 of 21 PURCHASE CONTRACT THIS AGREEMENT is made and entered into thiso 7 day of i.&<,, 2013, between the City of Port Angeles (hereinafter called the "City and Tr i s 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 ARTICLE III ASSIGNMENT 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. 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 -13 -003 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 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. Project No. ST -13 -003 Page 10 of 21 TRAFFIC SAFETY SUPPLY By: Title: Dated: n ATTEST: CITY OF PORT ANGELES 6 By: V/Q3 Title: Dated: ATTEST: trof C aac� Da co 2,4 Dautzuk 4/tawa City I rk Appr ved to as t• rm City Attorney Project No. ST -13 -003 Page 11 of 21 City of Port Angeles Invitation for Bid Purchase Contract: ST -13 -003 GENERAL DESCRIPTION: Street Sign 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. MATERIALS: 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 of 45 days from receipt of purchase order. Delivery shall be Monday through Friday, excluding holidays, between the hours of 7:30AM and 3:30PM. The Street Division shall be notified 24 hours prior to delivery at (360) 417 -4825. `IVIUTCD Item UNIT -SOD 1 160 EA R1 -1 30" X 30" X.080 GA 2 10 EA R1 -2 3" X 36" X.080 GA Red/ 3M Hi Pris "YIELD" 3 15 EA R2 -1 24" X 30" X. c 0 GA 4 20 EA R2 -1 24" X 30" .080 GA 5 40 EA R2 -1 24" X 30" X.080 GA 6 15 EA X -1 24" X 30" X.080 GA 7 10 y 10 EA R1 -3 18" X 6" X.080GA Project No. ST -13 -003 MATERIALS: ID:ITEM.1 PRE-MADE SIGN R2 -1 18" X 24" X.080 GA Schedule A 2013 Traffic Control Materials DESCRIPTION Red/ 3M Hi Prismatic Type IV "STOP" tic Type IV 3 1- Intensity Prismatic/ Rounded Corners "20 MPH" M Hi- Intensity Prismatic/ Roi ed Corners "25 MPH" 3M Hi -Inte Rounded Corn ity Prismatic/ "30 MPH" 3M Hi- Intensity Pris tic/ Rounded Corners "35 H" 3M Hi- Intensity Prismatic/ N Rounded Corners "15 MPH" Red/ 3M Hi Prismatic Type IV 3 "4 -WAY" 17. 1S 176 9169. 139• oo Page 12 of 21 9 10 EA R17 -2 10 EA R161 11 10 R162 12 5 EA R3 -1 13 5 EA R3 -1 14 5 EA R5 -1 15 5 EA R5 -1 16 5 EA R9 -6 17 10 EA R7 -1 18 10 EA R 8 19 10 EA R7 -9 Project No. ST -13 -003 24" X 18 "X.080GA 18" X 24" X.080 GA 3M Hi- Intensity Prismatic/ 24" X 30" X.080 GA Rounded Corners "NO DUMPING ALLOWED" 3M Hi- Intensity Prismati 24" X 24 "X.080 GA Rounded Corners/ Symbol /Left 3M Hi- Intensit 'rismatic/ 24" X 24 "X.080 GA Rounded Co ers/ Symbol/ ht 3M Hi- tensity Prismatic/ X 24 "X.080 GA Ro ded Corners "DO NOT ER" 3M Hi- Intensity Prismatic/ 30" X 30" 080 Rounded Corners "DO NOT ENTER" 3M Hi- Intensity Prismatic/ 12" X 1: .080GA Rounded Corners "YIELD TO \EDS" 3 Hi- Intensity Prismatic/ 2" X 18 "X.080GA Rou ed Corners "NO PARKI ANYTIME" 3M Hi -Int• sity Prismatic/ 12" X 18 "X.080GA Rounded Co ers/ Handicap Parking 3M Hi- Intensity P matic/ Rounded Corners!" PARKING, BIKE LANE 12" X 18 "X.080GA c J 3M Hi- Intensity Prismatic/ Rounded Corners "NO TRESPASSING" 3M Hi- Intensity Prismatic/ Rounded Corners "NO DUMPING" 71E, 71 is0 Subtotal ac590 a Freight Sales tax (8. 1,70) L079 41;6 Bh7O j1C Bid Total Amount I3:9b 1.S9 6 rpo 6° 18,LIC) co, to ef `7 J� 71,E l."1E Page 13 of 21 20 20 EA 21 20 EA 22 15 EA 23 10 EA 24 20 EA 25 30 EA 26 20 EA 27 10 EA 72" X 18 "X.080GA 60 "X 18 "X.080GA 72" X 16 "X.080GA 52" X 16 "X.080GA 24" X 30" X.080 GA 12" X 18 "X.080GA 24" X 24 "X.080GA 30" X 30 "X.080GA Alum. Blank Radius Corners/ Holes Drilled Alum. Blank Radius Corners/ Holes Drilled Alum. Blank Radius Corners/ Holes Drilled Alum. Blank Radius Corners/ Holes Drilled Alum. Blank Radius Corners/ Holes Drilled Alum. Blank Radius Corners/ Holes Drilled Alum. Blank Diamond/ Radius Corners/ Holes Drilled Alum. Blank Diamond/ Radius Corners/ Holes Drilled Project No. ST -13 -003 Subtotal 1993,16 Freight I 0 Sales tax (8.4 LOT 89 Bid Total Amount 4L/ t i8778 SM. Lao AC HE (DO Page 14 of 21 16: ci 29 2 EA 30 2 EA 31 2 EA 32 1 EA 33 1 4 I EA 34 2 EA 35 2 EA 36 2 EA 37 2 EA 38 2 EA 39 2 EA 40 I 4 41 4 EA 42 I EA Project No. ST-13-003 3M Hi-Int nsity Prismatic 3336L 8" x SO y.. Barricade Sh eting, Series 3336, Orange an. White, Left 3M Hi-Intensity P *smatic 3336R 8" x 50 yds Barricade Sheeting, eries 3336, Orange and White, ight 3M Hi-Intensity Prismati 3326 8" x 50 yds Barricade Sheeting, Series 3326, Red and White, Left 3M Hi-Intensity Prismatic 3326R 8" x 50 yds Barricade Sheeting, Series 3326, Red and White, Right 3M Application Tape/ Clear TPM-5 TPM-5 TPM-5 30" x 50 yds 24" x 50 yds 16" x 50 yds 50 yds 36" x 50 24" x 50 yds 16" x 50 yds 24" x 50 yds M E.C. ilm Black Series 1170 24" x=ds i00 16" x,543.yds 100 18" xis White 3M Hi-Intensity Prismatic Type IV Sheeting White 3M Hi-Intensity Prismatic Type IV Sheeting White 3M Hi-Intensity Prismatic Type IV She ng Yellow 3M Hi-Int nsity Prismatic Type I Sheeting White 3M D 3 Relfective Sheetin Series 4000 M E.C. m Green Series 1170 C. Film Green Series 1170 3M Application Tape/ Clear 3M Application Tape/ Clear Bid Total Amount 189,ciaS 1395 379 rc Sri. Subtotal Freight Sales tax (8.4%) Page 15 of 21 ENDEDfk COST EEFI tqo 1 ,Z 119Lta toga 96 "IAA coo 43 44 45 500 EA 46 1000 EA 50 5 EA )C(-) rit (01 PxS i C5Int 3/4" 2 1/2" anchor DEkiii016 3/4" Stainless Strap/ Valustrap plus .020 thickness Valuclips 3/4" Corner Bolts Drive Rivits (Steel) 3/8" 47 5 EA W20-2 36" X 36" 48 5 EA W20-3 36" X 36" 49 5 EA W20-4 36" X 36" 36" X 36" 51 5 EA W21-1 36" X 36" Zepher Brand Reflexite reflective Vinyl w/ plastic buckle pockets "DETOUR AHEAD" (Orange) Zepher Brand Reflexite reflective Vinyl w/ plastic buckle pockets "STREET CLOSED AHEAD" (Orange) Zepher Brand Reflexite reflective Vinyl w/ plastic buckle pockets "ONE LANE ROAD AHEAD" (Orange) Zepher Brand Reflexite reflective Vinyl w/ plastic buckle pockets "TRAFFIC REVISION AHEAD" (Orange). Zepher Brand Reflexite reflective Vinyl w/ plastic buckle pockets "Men Working (Symbol)" (Orange) E7,4&467c›,q5. 437, 7S 188as 1" ON Subtotal t&dA Freight I 525 Sales tax (8.4%) Bid Total Amount un MUTCD 74 EXTENDED :(DS ,SS1,10 740 Project No. ST-13-003 Page 16 of 21 52 5 EA R3-2 53 54 55 MUTCD 5 gal 10 5 gal 15 5 gal Project No. ST-13-003 36" X 36" 100 gal total 50 gal total gal total Zepher Brand Reflexite reflective Vinyl w/ plastic buckle pockets "LEFT/RIGHT LANE CLOSED AHEAD" q i Lt-Q (Orange) ;jitilir.QA\k/ Ennis/ White Wtbourne nis/ Yellow Waterbourne Traffic Paint Ennis/ Red Waterbourne Traffic Paint Subtotal c D. 1 1.85 Freight I Sales tax (8.4%) Bid Total Amount Bid Total Amount Page 17 of 21 EiefENDib DESCRIPTION Traffic Pa' BID ITEM: 1 2 3 4 5 Project No. ST -13 -003 DESCRIPTION: Pre -made Signs Blanks Rolled Goods Hardware Roll -up Signs Traffic Paint City of Port Angeles Bid No. ST -13 -003 BID FORM 2013 Traffic Control Materials Bidders shall have the option to bid on all Bid Items or on each Bid Item separately for a bid to be valid. Bidder hereby bids the following amounts for the each bid item described in the Contract Documents. TREET MATERIALS ESTIMATED DELIVERY IN NUMBER OF DAYS OR WEEKS: TOTAL AMOUNT OF EACH BID ITEM (Including Freight and sales tax): 44 1 4c 41 11: cD7S ,S°1117. ag,i Page 18 of 21 ADDRES No City of Port Angeles Bid No. ST -13 -003 TRAFFIC CONTROL 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? ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). 0 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 t c TYPE OF BUSINESS: (Corporation') Partnership (general) Partnership (limited) Sole Proprietorship Limited Liability Company s m -ice Lr T V V CITY /STATE /ZIP V (4\ O 6 r' PHONE8C 7- i8 FAX 'f NAME (PLEASE PRINT) I cX'\LA ar'kt TITLE SIGNED "..DATE LS I Project No. ST -13 -003 Page 19 of 21 oR Es- ©,V STATE OF ING N COUNTY OF /4u Hoorka Project No. ST -13 -003 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. OFFICIAL SEAL CHRISTINE A BONIN NOTARY PUBLIC OREGON COMMISSION NO. 448308 MY COMMISSION EXPIRES MAY 08, 2014 Signature of Bi er /Copt ctor Subscribed and sworn to before me this o day of ,20 Notary Public in and for the State of &A.. _e,4 Residing at 1 My Comm. Exp.: 2 ziv c? Page 20 of 21 Project No. ST -13 -003 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. Page 21 of 21