Loading...
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