Loading...
HomeMy WebLinkAbout4.615 Original Contract . " I : </. {.g15 CONTRACT DOCUMENTS for Pavement Markings PURCHASE CONTRACT NO. ST -09-006 CITY OF PORT ANGELES WASHINGTON March 2009 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS M.C. Puntenney, P.E. ' Deputy Director ickson Senior Assistant City Attorney ........ ....... Page 1 of 19 Original 2 of 2 March 27,2009 CITY OF PORT ANGELES INVITATION TO BID for Pavement Markings Sealed bids will be received by the Director of Public Works & Utilities until 2:00PM, April 23, 2009, 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: Bid Items: Preformed Thermo-Plastic Pavement Markings Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing Lhanlev@citvofpa.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. Michael Puntenney Deputy Director PUBLISH: Peninsula Daily News: April 10, 2009 Project No. ST -09-006 Page 2 of 19 " INSTRUCTIONS FOR BIDDERS Material Bids BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE April 23 2009, PURCHASE CONTRACT NO. ST-09-006. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works and Utilities, and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. It is the intent of the attached specifications to describe the minimum requirements for the equipment requested in sufficient detail to secure bids on comparable equipment. All parts which are necessary in order to provide a complete unit as described, meeting all safety requirements, and ready for operation, shall be included in the bid and shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. If a bidder's corporate policy mandates use of an official quotation form, it may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate equipment is proposed, bidders are required to submit a separate bid sheet for each unit offered. Project No. ST -09-006 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 19 SAFETY: This unit shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The unit shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Safety Rules. DELIVERY & ACCEPTANCE: The successful bidder shall be responsible. for delivery to the City's Maintenance Yard, 1701 B Street, Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM. during the City's normal work day. Delivery shall be made within the time period specified on the Schedule(s). GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. For the Schedule(s), offers made in accordance with the Invitation to Bid shall be good and firm for the period of 90 calendar days after contract award unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non-responsive. Quantities shown are of total estimated initial quantities to be ordered. Purchase Project No. ST-09-006 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 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@citvofpa.us . Project No. ST -09-006 Page 5 of 19 " CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1701 B Street, Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 5. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 6. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of non-conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 7. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 8. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. Project No. ST -09-006 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. 12. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. Project No. 5T -09-006 Page 7 of 19 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-09-006 Page 8 of 19 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this ~~ay of '1V1.t)~v ,20J:i1.., between the City of Port Angeles (hereinafter called the "City") a~inQ, Inc. (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 "ContracC 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-09-006 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. ARTICLE VII SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. Project No. ST -09-006 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. CONTRACTOR CITY OF PORT ANGELES By:}; M. MOlt t.t d,..., ~t"'"y Title: II1.s=;J~ So./f!.~ ('1'd'. ~ Dated: 'i /2. Or /6 , By: - Title: Dated: A~ ;(~7t ATTEST: ~t'~~~A_ City Clerk ~ : 17~asZT~ City Attorney Project No. ST-09-006 Page 11 of 19 City of Port Angeles Invitation for Bid Purchase Contract: 5T -09-006 Schedule A Pavement Markings Bid Item 1: GENERAL DESCRIPTION: Preformed Thermo-Plastic Pavement Markings DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order. Note: All appliances shall conform to the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD) from the U.S. Department of Transportation, et. al. All appliances shall be NCHRP-350 compliant and marked with "CITY OF PA PW". SPECIFICATIONS: PREFORMED THERMOPLASTIC PAVEMENT MARKINGS 1. USE: A durable, retroreflective pavement marking material suitable for use as roadway, intersection, commercial or private pavement delineation and markings. 1.1 The markings must be a resilient white thermoplastic product with uniformly distributed glass beads throughout the entire cross sectional area. The markings must be resistant to the detrimental effects of motor fuels, lubricants, hydraulic fluids, antifreeze, etc. Lines, legends and symbols are capable of being affixed to bituminous and/or portland cement concrete pavements by the use of the normal heat of a propane torch. 1.2 The markings must be capable of conforming to pavement contours, breaks and faults through the action of traffic at normal pavement temperatures. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastic when heated with the torch. 1.3 The markings shall not have minimum ambient and road temperature requirements for application, storage, or handling. 2. MANUFACTURING CONTROL AND ISO CERTIFICATION: The manufacturer must be ISO 9001 :2000 certified and provide proof of current certification. The scope of the certification shall include manufacture of preformed thermoplastic marking materials. 3. MATERIAL: Must be composed of an ester modified rosin resistant to degradation by motor fuels, lubricants etc. in conjunction with aggregates, pigments, binders and glass beads which have been factory produced as a finished product, and meets the requirements of the current edition of the Manual Project No. 8T -09-006 Page 12 of 19 on Uniform Traffic Control Devices for Streets and Highways. The thermoplastic material conforms to AASHTO designation M249, with the exception of the relevant differences due to the material being supplied in a preformed state. 3.1 Graded Glass Beads: 3.1.1 The material must contain a minimum of thirty percent (30%) intermixed graded glass beads by weight. The intermixed beads shall be conforming to AASHTO designation M247, with minimum 80% true spheres and minimum refractive index of 1.50. 3.1.2 The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of 1 lb. (:t 10%) per 10 sq. ft. These factory applied coated surface beads shall have a minimum of 90% true spheres, minimum refractive index of 1.50, and meet the following gradation. Size Gradation Retained, % US Mesh Passing, % Jlm I 12 1700 0-2% 98 -100% 14 1400 o - 3.5% 96.5 -100% 16 1180 2 - 25% 75 -98% 18 1000 28 - 63% 37 - 72% 20 850 63 - 72% 28 - 37% 30 600 67 - 77% 23 - 33% 50 300 89 - 95% 5 - 11% 80 200 97-100% 0-3% 3.2 Piaments: 3.2.1 White: The material shall be manufactured with sufficient titanium dioxide pigment to meet FHWA Docket No. FHWA-99-6190 Table 5 and Table 6 as revised and corrected. 3.3 Heatina indicators: The top surface of the material (same side as the factory applied surface beads) shall have regularly spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so satisfactory adhesion and proper bead embedment has been achieved and a post-application visual cue that the installation procedures have been followed. 3.4 Skid Resistance: The surface, with properly applied and embedded surface Project No. ST -09-006 Page 13 of 19 beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E 303. 3.5 Thickness: The material must be supplied at a minimum thickness of 125 mils (3.15 mm). 3.6 Versatility: As an option, turn arrows and combination arrows may come without surface applied glass beads, thus facilitating the use of those arrows as either left or right indicators, thereby reducing inventory requirements. 3.7 Environmental Resistance: The material must be resistant to deterioration due to exposure to sunlight, water, salt or adverse weather conditions and impervious to oil and gasoline. 3.8 Retroreflectivitv: The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform level of sufficient nighttime retroreflection when tested in accordance to ASTM E 1710. The applied material must have an initial minimum intensity reading of 500 -2 -1 -2 -1 mcd'm .lx for white and 300 mcd'm .Ix for yellow as measured with an L TL-2000 or L TL-X Retroreflectometer. Note: Initial retroreflection is affected by the amount of heat applied during installation. When ambient temperatures are such that greater amounts of heat are required for proper installation, initial retroreflection levels may be affected. 4. APPLICATION: 4.1 Asphalt: The materials shall be applied using the propane torch method recommended by the manufacturer. The material must be able to be applied without minimum requirements for ambient and road temperatures and without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry and free of debris. Supplier must enclose application instructions in English and Spanish with each box/package. 4.2 Portland Cement Concrete: The same application procedure shall be used as described under Section 4.1. However, a compatible primer sealer shall be applied before application to assure proper adhesion. 5. PACKAGING: The preformed thermoplastic markings shall be placed in protective plastic film with cardboard stiffeners where necessary to prevent damage in transit. Linear material must be cut to a maximum of 3' long pieces. Project No. ST-09-006 Page 14 of 19 Legends and symbols must also be supplied in flat pieces. The cartons in which packed shall be non-returnable and shall not exceed 40" in length and 25" in width, and be labeled for ease of identification. The weight of the individual carton must not exceed seventy (70) pounds. A protective film around the box must be applied in order to protect the material from rain or premature aging. 6. TECHNICAL SERVICES: The successful bidder shall provide technical services as required. 7. PERFORMANCE: The preformed thermoplastic markings shall meet state specifications and be approved for use by the appropriate state agency. Project No. 8T -09-006 Page 15 of 19 City of Port Angeles Bid No. ST - 09- 006 BID FORM Pavement Markings Bidder must bid on all bid items. The bidder hereby bids tne following amounts for all material described in the Contract Documents. Item No. Qty: Unit: Description: Unit Cost: Extended Cost: Preformed Thermo-Plastic Pavement Markinas 1 1650 feet Lines White/12 inch wide $ 3. 57 $5,890.5 2 200 EA. Yield Line ('Shark-Teeth') White 16" x 24" $11.93 $2,386.0 Combination (L / Straight) Arrow(s) 3 6 EA. White $201.36 FHWA Standard Type VII $1,208.1 Size: 13'0" x 7'4" Turn Arrow / Left 4 6 EA. White $111.32 $667.92 FHWA Standard Type IV Size: 8'2" x 6'3" Straight Arrow Standard 5 8 EA. White FHWA Type 1 $95.96 $767.68 Size: 9'10" x 3'3" SUBTOTAL: $10,920. SALES TAX (8.4%): $917.30 FREIGHT: $ N/A TOTAL: $11,837. 6 6 Project No. 8T -09-006 Addendum 1 Page 16 of 19 " City of Port Angeles Bid No. ST -09-006 Payment Markings BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notic~ ~ 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 mustbe signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER Fl;i\\' -r;:~J,'^~ / T(\~. TYPE OF BUSINESS: Cf?rpora~ Partnership (general) Partnership (limited) Sole Proprietorship Limited Liability Company ADDRESS lIe- r;clcf (!i . CITY/STATE/ZIP T~~~& v,'//-e.. Jt}L ;;1..71 ~ 0 , PHONE 336 ~ t.()~-:. ~ ~ 00 FAX '3 3/~ l{) ~_")' ~o NAME (PLEASE PRINT) VI'-\. M1J4t~ 8 v1..c ery TITLE ~ ?!/" ~tt '4 11,,~: u SIGNED ~ ~ ~_ DATE y ~"j/o '; Project No. ST-09-006 Page17of19 " . . " NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF 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 15'}.~\Jday of ~ .; \Ii 1./ ,200~ . C\DI~fYj C.. ~\.\LcJc Notary Public in an>!. for thEl " State of t-JOt'+h l'O '(()! . nel; Residing atm cY1lCX5 v :) ) ~ \ N ~ My Comm. Exp.: ~aG II Project No. ST-09-006 Page 18 of 19 .. . . . BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No. ST-09-006 Page 19 of 19