Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
110520 TRAFFIC SIGNAL CONTROLS INC - PURCHASE ORDER - 9123910
City of �,.For_t Collins PURCHASE ORDER Date: 07/09/2012 Vendor: 110520 TRAFFIC SIGNAL CONTROLS INC 255 WEAVER PARK RD #100 LONGMONT Colorado 80504 PO Number Page 9123910 lofa This number must appear on all invoices, packing slips and labels. Ship To: TRAFFIC OPERATIONS CITY OF FORT COLLINS 626 LINDEN STREET FORT COLLINS Colorado 80524 Delivery Date: 07/09/2012 Buyer: JOHN STEPHEN Note: Line Description Quantity Ordered UOM Unit Price Extended Price 1 12" Green Ball LED 31 LS 35.3200 1,094.92 2 12" Yellow Ball LED 31 LS 33.3200 1,032.92 3 12" Red Ball LED 31 LS 27.5000 852.50 4 12" Yellow Arrow 14 LS 32.1900 450.66 s 12" Red Arrow 7 LS 31.8800 223.16 C� C3. Oi1a:s4 �L U City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 IrRAFFIC Invoice SIGNAL CONTROLS, INC. 255 Weaver Park Road Suite 100 Date: 07/06/11 Longmont, CO 80504 Invoice # : 61656 (303) 772-2787 Fax (303) 776-1270 TSC Job #: Y 12410 Ship To: City of Fort Collins Traffic Operations- 1\ Customer # : FORC 626 Lin en reef Purchase Order # : 3211328 Fort Collins, CO 80522 Purchase Order Date : 07/05/11 Bill To: Fort Collins, City Of Ship Via: TSC Truck Attn: Accounting Department F.O.B. Origin . P O Box 580 Fort Collins, CO 80522-0580 Terms: Net 30 Cel6rati�g28-VearsofCustomterSerMice {iHpNiE'11JUL 71i iG Quantity I Part Number I Description Unit Price 1 Amount 1 Req. Shipped l B.O-1 60 60 CON-LED-12RBTXL 12" Red Ball, Tinted XL $ 44.00 $ 2640.00 ETL & ITE Compliant 20 20 CON-LED-I2GBTXL 12" Green Ball, Tinted XL $ 54.00 $ 1080.00 ETL & ITE Compliant COOT Contract $ $ #311000196 Total $ 3720.00 C1 re&ln bac,b Lr D Traffic Signal Controls, Inc. Retains Title to All Material Until Invoice is Paid in Full Service Charges wil be charged on Past Due Accounts Returns are subject to restocking charges Thank you for your business! • TRAFFIC Invoice t SIGNAL 7CONTRO,LS, INC. 255 Weaver Park Road Suite 100 Date : 11/29l11 Longmont, CO 80504 Invoice # : 62177 (303) 772-2787 Fax (303) 776-1270 TSC Job #: Y 13070 Ship To: Pty-of-Fort Collins ', a �/C //Traffic Op rations- Customer # : FORC 6 26 L' n Street Purchase Order # : 3211326 ort Collins, CO 80522 Purchase Order Date : 11/15/11 Bill To: Fort Collins, City Of Ship Via: UPS Ground Attn: Accounting Department F.O.B. Origin P O Box 580 Fort Collins, CO 80522-0580 Terms: Net 30 Celebrating 29 Years of Customer Service :17INRHCE'itN0U30 2:t4 Quantity j Part Number Description Unit Price Amount Req. Shipped ff O. 1 12 11 1 TDC-331Y Flasher, Pinnacle 2-CKT $ 79.00 $ 869.00 PF120-60-2 (Yellow) 12 6 6 TDC-311 Flasher, Box 2-CKT $ 79.00 S 474.00 TF120-60-2 6 6 CABS P-16152300000205 Power Supply, Model 206L $ 225.00 $ 1350.00 EDI Model 20 20 CON-LED-12YBTXL 12" Yellow Ball, Tinted XL $ 63.00 $ 1260.00 ETL & ITE Compliant 24 24 PLUG-061201131502041 Flasher, Model 204 $ 33.00 S 792.00 Cube Type 6 6 PLUG-091915131502551 Isolator, Model 255, A.C. $ 45.00 $ 270.00 Railroad Total $ 5015.00 Traffic Signal Controls, Inc. Retains Title to All Material Until Invoice is Paid in Full Service Charges wil be charged on Past Due Accounts Returns are subject to restocking charges Thank you for your business) o?TRAFFIC ?SIGNAL L CONTROLS, INC. 255 Weaver Park Road Suite # 100 \ Q) Longmont, CO 80504 (303) 772-2787 Fax (303) 776-1270 Bill To: City of Fort Collins Attn: Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Celebrating 28 Years of Customer Service Invoice Date: 2/25/11 Invoice # 61207 TSC Job # Y 11604 Ship To: City of Fort Collins Attn: Traffic Operations 626 Linden tree Fort Collins, CO 80522 FltIARi;E'tiMAR t Customer PO# Customer Job# ' Ship Date Ship.Via. F.O.B. Terms 3211328 .2/25/11 TSC Truck Origin Net 30 Comments: Quantity Ordered Quantity Shipped Quantity Backordered DESCRIPTION UNIT PRICE AMOUNT 2 2 4-Section In -Line, Empty w/ Tunnel Visors S 182.00 $ 364.00 2 2 12" LED Green Arrow, Tinted Omni 53.20 S 106.40 4 4 12" LED Yellow Arrow, Tinted Omni $ 47.88 S 191.52 2 2 12" LED Red Arrow, Tinted Omni S P:.50 S— , 83.00- 5 - �� �U ca ( 0-yJ Ir k /G�LI� TSC Demonstrating the New Above Ground Detector (lntersector) & K land 3170 t U i NL I, vv.a� t i Traffic Signal Controls, Inc. Retains Title to All Material Until Invoice is Paid in Full. Service Charge will be charged on Past Due Accounts. Returns are subject to restocking charges. Thank you for your business! It.. a It,. Deperl I U1.111 Ell QI,j Unit Pril E,tended Cost 1-1 Unit Pike Estandea Cost lime PLC CONDUITS MID PULL BOXES 57 3 In PVC Schedule SO Ccusdicul - IV Opstrons 1 if IDDB M 3 Inch PVC Schedule M 90 degree Elbow 18 - radius ... h 43 9 5 E, 3 Inch PVC Schaml. M C.Ochn, each I 43 Bud 2manch PVC Schedule M Conduit 10 Foot sections It 1" 1. In, EL 61 2-Inds PVC Schedule M - SO degree r1bow, Ir radius h 43 �,F t�` Z 52 Sil 2 inch PVC Schedule ED Couplin is each 48 11�- el c� 4, ET 63 CKLkDfE Small Soll Dimension: Box 9 PGIII80Al2. Lid OPGII18l Logo *-LI each 12 lx" 64 MAZIFTE Medium 6W-Jd Durnarsacm: 13',24',,12- An. PG1324M]2, Lid LPG 1324CAM, Logo x" each 12 C7,4 Is - eq, LL' 65 QU�ITE Large Efo,/Ud Dcl 17"dTqIZ - Boa FC1730S4L1!, US #PG 1730CAO0 Logo 4" each 12 't 66 Call Vers War., Valve Pull But Cover .1-Taffic' on lid each 10 i. 17 Utl VPG213SCACO Logo AAJ each 24 [OTHER MISCELLANEOUS PARTS 68 69 Back plate. - Louvered black 4- drop for 12aUsU arch l 01 1 :el I 70 Rick Plains - Ioul black 4- drop for 5�lerfilhi aide by side We l2alb 12(12KIZ act 71 load Switches Ntol 200 POC PN SSSAS each 24 jl--,'�,!4. �"�N,-sl 1S",MM l$`DO 4m6 weeks 72 d74 Flamers - Moral 204 PDC Phi SET 99 each 24 �-t 11,1 41 S-19,25 S W 4�6 weeks 73 OLAUGHT Model 435 12- I.E.0 red ball each so ""a 'zf�" $-- SOW ",,,W S" - , we, 01.all DIALIGHT Model 435 - 12' LEO yellow ball cash so �C; dwp k 59OL, -$ 51 P2,95000 M - B weeks 75 DIALIGHT Model 435 - 12- LED green ball Push Ed Ac� c�r S' 77,00 Sr,' :1.8500) its - 6 weeks AS 76 OPLIGH T hh,dal 432 12" L E. D. red allow each as) 1 oSr 45.00 5 ;ILEOPOO SOL - 6 weeks 77 DIALIGHTNIodela3l - U- I. E. 0, yellow arrow each at) , 'C: - Si- Sol $ -, 2OHIM 6 Stic, - 6 ask, 73 DIALIGHT lAocel 432 12- LEO, green arrow each 40 1 0! ISOU S" 12.60000 S11 - .a L 9 OLAUGH r Model 430 - LEO, Pedestrian Class Well woe - Ode by side -furl r-li Un I each 'S' cf,�l - -�h 'nC ...f... GO W A K AP22 Time Switch each I at Pinto Bill Panel Assembly As AP2 If or 22; each 8 -V K St JEDI 21DECtConfict.cruncer each 6 33 IDsounk Cinche r-1twition Camara (Ttaffic -11-1h 4 ABER OPTICIETERNET SWITCH as, each I a. Ilibl'oip,iCE,h S,dual "oe,Swillh:IOP.rtln..Ia'Elnrpt Kl.r,ed S "Othwith FrmwareIsee tactas, to, Idditene'd,a'I l each 40 HANDICAP ACCESSIBLE pUSHBLFTTONS/CONTROL UNITS/SIGNS/HOUSING Control Unit U-COMM. W USES 3, Iffial Acts Hardware KO SIR ER PoNa ' "' SAB" Polar. EK25ABl EZCG%IM N-intar. 2W Ss7 bi I • plate option A- ' 'Co"'M In baflle o NIUTCD RI_b w, NUJTCD RIG -Li with brifile on face ptee, ..,ps.:cuas IS 111 1 1 EMERGENCY N PREEMPTION REELyint.. EQUIPMENT PREEMPTION EQUIPMENT 09 __ '.�ar " N IT to," 90 Tom., . dis, 'laq CEPCOS ,I ..at f'.d. S, Detector s.'hj 9 Y 114'15-�. or 3 RADAR VEHICLE DETECTION 93 1 W.'arpon Smalcender Nlnri.: 1 Sec., w/ I Channel Betat., Card (,a. tech mass for additional dealt) cash Ed Ill""Ohnso ISPmmr1IarI.�2S.hv-1w/2 4Chc-e1D,t,rIcl "'11 , additional detail) .1 2 IOBSTM E; ;z:cIdt"] 95 I Wa,ef,on. Matra : 3 Sen., w/ 14 Channel (Nnind, Card, (Let ted, spro, for additional patent each I'm $, �31.77000 �'302;vi 96 (ChamidDelecrol "e"Ith spent for additional detail) each 2 20sito',,B: 97 jwr.inrtl Sisendirriter lvfnnt Sell Pan No. vr(-SS225 ..in 4 16,000.00 !^Mpays- 93 110 it Matrix pigtail catdhs: Pan No, M SS-Mm 10 each 4 "MQO S -ANDOO �� 30 days-': 99 each 4 ISOM 5 160.00 DEW l 100 SaffleFint:ParINcl each 4 1.5-1 ISULGV �S' r Eakil * 30daystz 101 14 Channel Contact Closures Card. Click! 114: Part No. SIX C 114 each a '37sfg, S LrWmi)() `30 days IOZ I Senior Preassambled! BackMaTe for DC Power Pal W,(mSS-AqI.0D02 -01 a -'r ll�20000` �S'. -".Esnd� 30 p., 1013 1 Sambir Preassembledbackplate forOCPowet: van fIOWi SS-Rl each. S,19000 SO days 1. 1 lilli,it, 1panl.bled Secablare for CC Power: Part No. 1yy-SSmS0ImO00G ish 4 I'M.Op S, 7'5�DD i, all Los Match, Bull Cable: Pan NO. WX SS-70cuc feet SOO) � '. 1.67) 5 R011h VpDdm" 11 106 Click! 301: Social to Emernal Convener I... No WxCtc.TBI each . 'n49SOO 5'- t.98000 "MdAyc- 107 Clicks 'B' 204: 4 And, power Supply. Pact No. Wsg.CtK.Z. each 4 S,` 12W00 S 1,=.W 30 days AWARD NOTES: - It- No I was awarded,. the End L.well names, at the low tsces, did no, bid an approved equal. - Items No. 27 mer awarded to the Zrd Lowest bidder, as it is in the city's beat interest to keep .Irm Not 25 Ils. 29 wAh the ante -rl - Its. had. 75 was awarded 1. the 2rd lowest bidder, as it it in We litye beat meen to seep item Not 73 Thin, 78 Wips the ince, vendor. al --?" - 110�5b - OD LA - C"3 51, 00) , I A-1 C)5, '-�) OT DEPARTMENT OF TRANSPORTATION RECE1VE 1 JUN 07 2011 NOTICE OF AWARD COLORADO DEPARTMENT OF TRANSPORTATION AWARD NUMBER: 311000196 (THIS IS NOT A PURCHASE ORDER, SEE. NOTE BELOW) Re: Invitation For Bid # HAA 09-073-TW Period Covered: iV7ay 13, 2009 thru May 31, 2012 Option to renew for 0 years VENDOR NO. 1001923 INVOICE TO: Invoice address on Purchase Order for Colorado State VENDOR NAME: Traffic Signal Controls, Inc. Agencies: Institutions and political subdivisions ADDRESS: 255 Weaver Park Road - #100 Longmont, CO 80501 CONTACT: David Tenkely PHONE: (303) 772-2787 FAX NO: (303) 776-1270 DELIVERY: Stock to 45 days MATERIAL GROUP NUMBERS: 550-88 _ - Traffic Signal Equipment Vendor .toprovide Signal Heads and LEDS, per your response to.CDOT Solicitation Number HAA_ 09-073-TW' Items will be ordered by and delivered to CDOT Traffic Sections as indicated below: L. CDOT Region 1 Traffic Shop 18500 East Colfax Avenue Aurora, CO 80011 3. CDOT Region 3 Traffic Shop .606 South 9`s Street Grand Junction, CO 81501 5. CDOT Region 5 Traffic Shop 20581 Highway 160 Durango, CO 81301 Items and pricing listed below: Line Bid Item l .. 12"-LED.120 VAC Red:Batl 2 12" LED 120 VAC Yellow Ball 3 12" LED 120 VAC Green Ball 4 12" LED 120 VAC Red Arrow 5 12" LED 120 VAC Yellow Arrow 6 12" LED 120 VAC Green Arrow 7 8" LED t20 VAC Red Ball 3 3" LED 120 VAC Yellow Ball 2. CDOT Region 2 Traffic Shop 10 Monarch Lane - Pueblo, CO 81004 4. CDOT Region 4 Traffic Shop 1420 2"1 Street Greeley, CO 80631 6. CDOT Region 6 Traffic Shop 2000 South Holly St. Denver, CO 80222 New Contract Price $ 44.00 63.00 Lb $54.00 31_ j. $ 45.00 X — $ 52.00 ( — q r]QC:� LU a $ 57.00 $ 37.00 S 62.00 Fort Collins Traffic Operations Price Analysis Worksheet Name of Contractor: Traffic Signal Controls Product: Signal LEDs Analysis: The price submitted by Traffic Signal Controls is reasonable ($3,654.16). Total bid values between the next lowest quote (Leotek) and Traffic Signal Controls differed by approximately 12% ($4,095.00). The highest bid (AM Signal) was approximately 50% higher ($5,803.50) than the low bid. The current bid reflects a decrease in cost of approximately 63% in price for the LEDs since our last purchase (same quantities would have cost $5,951.82). Traffic Signal Controls quoted a 30-45 day delivery which is reasonable. Price Analysis was conducted based on one or more of the following (documentation attached). ® Written quotations from 2 or more vendors AM Signal $ 5,803.50 Leotek $ 4,095.00 TraffiCSignal Controls;_$ 3,654.16 ❑ Documented phone quotations (indication contact person, phone number) ❑ Published price lists from 2 or more vendors ® Previous purchases by Fort Collins of same or similar items(s) from this or another vendor Prior Purchases Quantit 2011 Price Current Low Bid Cost Difference Green Ball LED 31 $ 1,674.00 $ 1,094.92 $ 579.08 Yellow Ball LED 31 $ 1,953.00 $ 1,032.92 $ 920.08 Red Ball LED 31 $ 1,364.00 $ 852.50 $ 511.50 Yellow Arrow LED 14 $ 670.32 $ 450.66 $ 219.66 Red Arrow LED 7 $ 290.50 $ 223.16 $ 67.34 TOTAL $ 5,951.82 $ 3,654.16 $(2,297.66) ® Comparison to in-house estimate Estimate Quantity Estimated Cost Current Low Bid Cost Difference Green Ball LED 31 $ 1,860.00 $ 1,094.92 $ 765.08 Yellow Ball LED 31 $ 2,015.00 $ 1,032.92 $ 982.08 Red Ball LED 31 $ 1,550.00 $ 852.50 $ 697.50 Yellow Arrow LED 14 $ 700.00 $ 450.66 $ 249.34 Red Arrow LED 7 $ 315.00 $ 223.16 $ 91.84 TOTAL $ 6,440.00 $ 3,654.16 $(2,785.84 ❑ Other Cnyof ort CoQins Prcducl 12' Groan Ball LED 12- Yellow Ball LED 12' Red Ball LED 12" Yellow Arrow LED 12' Red Arrow LED Cost of Standard Items Engineenng Prior Estimate Purchase 31 $ 1.860.00 S 1,674.00 31 $ 2.015.00 $ 1.953.00 31 $ 1,550.00 S 1.364.00 14 $ 700.00 $ 870.32 7 $ 315.00 $ 290.50 S 6,440.00 $ 5,951.82 76.2% 62.9% S 2,765.84 $ 2,297.60 Price Analysis Analysis Details: (Esllnwfe calculafed in US DWIars) City of CDOT Pricing Advanced Loveland Agreement Traffic $ 2.387.00 $ 1.674.00 $ - S 1.829.00 $ 1,953,00 $ - S 1.550.00 $ 1,364.00 $ - $ 703.50 $ 728.00 $ - $ 315.00 $ 315.00 $ - $ 6.784.50 $ 6,034.00 $ - Traffic Signal Low- AMSignal Ganes Lootek Nortrwesl 'ConBols Low - Prior Estimate S 1.736.00 $ - $ 1,165.91 $ - $' 1,094.92 $ (579,08) $ (765.08) $ 1,705.00 $ 1,120.34 $ $. '1.032.92 $ (920.08) $ (982.08) S 1,356.25 $ 1.033.85 S - •,S. 852.50 $ (511.50) S (697.50) $ 717.50 $ 538.30 $ - s 450.66 S (219.66) $ (249.34) S 288.75 $ 236.60 S - $. _223.18-S (67.34) $ (91.84) $ 5,803.50 $ $ 4,095.00 S - S 3,654.16 $ (2.297.66) $(2,785.84) 58.8% 12.1 % $ 2.149.34 $ 440.64 I� J00, 10 S* i'Z•Cll, Inc. Representing quality manufacturers of traffic related equipment June 22, 2012 City of Fort Collins Various Traffic Equipment and Devices Option 1 - Opticom - NO BID Option 2 - Pedestrian Poles - Total $6,106.70* 9935 Titan Park Circle Littleton, CO 80125 Tel: 720-348-6925 Far: 720-348-6950 Quantity 3 - 15' aluminum pedestrian pole "dark bronze" $286.75 ea. $860.10 Quantity 10 -10' aluminum pedestrian pole "dark bronze" $192.45 ea. $1,924.50 Quantity 20 - aluminum pole caps "dark bronze: $16.98 ea. $339.60 Quantity 15 - aluminum pole bases "dark bronze" $136.50 ea. $Z047.50 Quantity 15 - aluminum pole collars "dark bronze" $62.35 ea. $935.00 `Anchor Bolts (if need) set of 4 (not included in price above) $31.75 ea. Option 3 - Traffic Signal Housings - ITE Specifications - Total $7, 645.00 Quantity 40-3-section, 12" yellow aluminum heads with ctb and visors $170.65 Quantity 26-3-section, 12" black aluminum louvered back plates $31.50 Option 4 -Signal Head Hardware -SOP (top/bottom) -Total $960.00 Quantity 15 - Yellow Side of Pole 1 bracket" (sp-5420) $64.00 ea. $960.00 Option 5 - Signal Head Hardware - Pelco Astro Brac - Total $3,268.20 Quantity 26 - 3 section astro brac with bands $125.70 ea. $3,268.20 Option 6 - LED's - ITE Specification/Buy American Certification - Total $6, 826.00 $819.00 $5, 803.50 Quantity 31 - 12" Green Incandescent Ball $56.25 ea. $1, 736.00 5 Quantity 31 - 12" Yellow Incandescent Ball $55.00 ea. $1,705.00 Quantity 31 - 12" Red Incandescent Ball $43.75 ea. $1,356.25 Quantity 14 -12" Yellow Arrow $51.25 ea. $717.50 Quantity 7 - 12" Red Arrow $41.25 ea. $288.75 Option 7 - Transit LED's - ITE/MUTCD Specification - Total $687.80 Quantity 2 - 12" Transit/RR Signal LED - Horizontal White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED - Vertical White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED — Triangle White $115.40 ea. $230.80 Option 8 — Countdown Pedestrian Signals — ITE Specification/Buy America Certification Total $7,560.00 Quantity 48 — 16" Countdown Pedestrian LED with Glare Resistant Face $157.50 $7560.00 OPTION 9 — Blank Out Signs — ITE/MUTCD specification with Auto Dimming — Total determined by selection Quantity 3 — 24" X 24" No Right Turn Symbol (R3-1) $2, 695.00 ea $8,085.00 Quantity 12 —12"X 24" TRAIN— Single stroke — white LED $1,970.00 ea $23,640.00 Double stroke — white LED $2,200.00 ea $26,400.00 Option 10 — Pedestrian Signal Housing — ITE Specification — Total $8,611.20 Quantity 32 — Left Clamshell, Yellow — Aluminum (no Zcrate) $179.40 ea $5, 740.80 Quantity 16 — Right Clamshell Yellow -Aluminum (no Zcrate) $179.40 ea $2,870.40 Option 11— Pedestrian Push Buttons Station/Signs — Total $4,563.20 Quantity 48 — Pelco 9"X 12" PB Station w/Cable Guide, Yellow $78.40 ea $3, 763.20 Quantity 20 — Push Button for walk sign 9X12: Right (R10-3) $16.00 ea $320.00 Quantity 30 — Push Button for walk sign 9X12 Leff (R10-3) $16.00 ea $480.00 Thanks for the opportunity to quote this material. All materials quoted are ITE/MUTCD and USA Manufactured with the exception of the Transit LED's. Pricing good through August 15, 2012 All Pricing Includes Freight Please contact me with any questions or concerns Best Regards, Maria Gravina Sr Sales Representative 303-506-0141 Maria@amsignalinc.com 0 The Leader in Electro-Optics Technology LEOTEK a subsidiary company or LITE - LFV5 LED' 'Technology 726 S. HillviewOrive I Milpitas, CA 95035 Telephone: 408.380.17881 Facsimile: 408-518-8128 Email: sales@leotek.com website: www.leotek.com CONFIDENTIAL PROJECT QUOTATION ARRA Quote: QYes ❑No Project Name: City of Fort Collins - Quote Request for Materials (Groups 6,7,8) Quote Number: CFC6.21.12 Project Location: Quoted To: City of Fort Collins Contact: Britney Sorensen Phone: 970.416.2268 Customer: Contact: Phone: See Above See Above See Above Date: 6.21.12 Issued By: Kim Konte Bid Number: Quote Request Bid Date: 6/22/2012 Track Bid Tabulation: ❑Yes ❑' No Competitive Quote: QYes ❑No Valid For This Bid Only: Dyes ❑No Quantity Model Description Freight Unit Price Item Total GROUP o ; 31 I TSL-I2G-LX-IL6-Al-P2 1 12" GREEN BALL I 1 $37.61 ! 1$1,165.91 31 1 TSL-I2Y-LX-IL6-Al-P2 1 12" YELLOW BALL ! I $36.14 $1,120.34 31 TSL-I2R-LX-IL6-A1-P2 12" RED BALL $33.35 $1,033.85 14 I TSL-I2YA-IL6-A1 1 12" YELLOW ARROW 1 $38.45 1 $538.30 7 TSL-I2RA-IL6-Al 12" RED ARROW 1 1 $33.80 $236.60 Terms Freight: FOB Destination Delivery: 30-45 Days ARO Credit: Net 30 Days Warranty: Standard Warranty Agreement applies, unless otherwise noted. Payment: Net 30 Pricing: Valid for term of contract if awarded. Expiration: Quote valid 30 days. Sales Tax: N/A Exclusions: None taken. Products meet Buy America and latest ITE specifications (where applicable) PURCHASE ORDER PO Page City Of 912391er 123910 z of e f „s C6rt Collins This number must appear ,�—,J`-' ` ` 1 1 ol on all invoices, packing slips and labels. Line Description Quantity UOM Ordered Unit Price Extended Price 6 3 Section Signal Head 40 LS 139.5000 5,580.00 12" Yello Alum, 3 Section Empty, w/Visors 7 3 Section Backplates 26 LS 23.0000 598.00 Sky/Astro Louvered, Black e Skybracket-3 Section 59" Band 26 LS 97.5000 2,535.00 With 46" Pole 9 Pedestrian Heads, Left 32 LS 125.0000 4,000.00 Pedestrian Signal, Empty, Yellow Aluminum for Clam, Aluminum Door, No Lens io Pedestrian Head, Right 16 LS 125.0000 2,000.00 Pedestrian Signal, Empty, Yellow Aluminum, for Clam, Aluminum Door, No Lens 11 L-Brackets (Side of Pole) 15 LS 61.4000 921.00 Side of Post, All Ells Yellow, Universal Hub Plates 12 Blankout No Right 3 LS 2,650.0000 7,950.00 Trans -Tech LED Sign 24"24" No Right Turn Symbol w/Sun Visor 13 Blankout Train 12 LS 1,049.4200 12,593.04 Trans -Tech LED Sign 12"x24" Train Sign w/Sun Visor City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill 11, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Is/ nil LDS Quote . rRAFFIC /a' AI Date : 06/19/12 ee�N Ito $1 !NC' Quote No.: 13978 255 Weaver Park Road Unit# 100 Sales Person : Tenkely, David Longmont, CO 80504 Customer No.: FORC (303) 7 Fax: (303) 776-1270 TSC Job Number: Y13978 303) Ship Via: Fort Collins, City Of in F.O.B. Origin Attn: Accounting Department 9 P O Box 580 Terms: Net 30 Fort Collins, CO 80522-0580 Quote Expires : 09/17/12 Cele6 ating 29 years Of Cltstomer Service Quantity Item Number Description Unit Price Amount i 15.000 SMH-190904ELLSALOY Side of Post, All Ells $ 61.40 $ 921.00 Yellow, Universal Hub Plates ------- —------- —---- --- $ $ 26 SMH-19112503WS0059 Sky Bracket, 3-Section $ 97.50 $ 2535.00 59" Band w/ 46" Pole — -- — — $ $ 31 D-LED-12GBTXL 12" Green Ball, Tinted XL F31.88$ 4.92 ETL & ITE Compliant 31 D-LED-12YBTXL 12" Yellow Ball, Tinted, XL 2.92 ETL & ITE Compliant 31 D-LED-12RBTXL 12" Red Ball, Tinted XL 2.50 ETL & ITE Compliant 14 D-LED-12YATXOD 12" Yellow Arrow, Tinted .66 Omni, ETL & ITE Compliant 7 D-LED-12RATXOD 12" Red Arrow, Tinted .16 Omni, ETL & ITE Compliant -------------------------- $ $ 2 433-3W22-C121-NQ01 $ 131.25 $ 262.50 Horizontal White Bar 12" LED 2 433-2W22-C121-NQ01 $ 131.25 $ 262.50 Vertical White Bar 12" LED .SchediiCe an Appointment to See the New .Above Ground Detection (Intersector) Verbal E Mail Fax Estimated Lead Time 0 One Week 2-3 Weeks n 30-45 Days Authorized Signature Excluded Parties List System Page 1 of 1 EP, IS) Eutttdedl Varttes; List. S;yste , t Search - Current Exclusions >Advanced Search > Multiple Names > Exact Name and SSN/TIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts >Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login Results Search Results for Parties Excluded by � Firm, Entity, or Vessel :Traffic Signal Controls Classification : Firm State: COLORADO Country: UNITED STATES As of 09-Jul-2012 6:00 PM EDT Save to MyEPLS Your search returned no results. i Back New Search Printer -Friendly Resources > Search Help >Advanced Search Tips > Public User's Manual >FAQ > Acronyms > Privacy Act Provisions > News System for Award Management > (SAM) Reports >Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions >Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do,jsessionid=9C6FE1413B6D059B600D83668A32061E 7/9/2012 Small Purchase of: T/l %z - S��j^',a' /L� 5' CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification Requirements This solicitation did not contain unreasonable h/ - requirements placed on firms in order for them to qualify to do business. 11) Organizational Conflict of Interest (OCI) c If there is an apparent or potential OCI the solicitation contains provisions to eliminate or o © . mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and / 15 �( accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences The solicitation contains no in -State or local /U geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation N The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 23) Price Quotations Price or rate quotations were obtained from C an adequate number of qualified sources. 24) Clear, Accurate, and Complete Specification (� f 5 , A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 41 ) Cost or Price Analysis Either a cost analysis or a price analysis was S performed and documented. The price was determined to be fair and reasonable. Price reasonableness based on: Price quotations. Previous purchase. Current price list or advertisement. Value Analysis — copy in file. 42) Written Record of Procurement History The file contains records detailing the history 1 of this procurement. At a minimum, these records include: (1) the rationale for the method of 1 1 £5 j r 2 i e' / procurement, (2) Selection of contract type, Al f ei — AM f45 5 !iJ (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. Excluded Parties Search S EPS run and include in the file City of ort Collins Date of Estimate: 6/18/2012 Contract Type: Material Bid Existing Contract or PO (Y/N): N Independent Cost Estimate Description of Goods (A) or Services (B): Provide Signal Heads and Backplates per City of Fort Collins specifications for the Mason two-way conversion 1 have obtained the following. estimate from: Prior City of Fort Collins Traffic Operations Jobs, CDOT Prior Bid Published Price List / Past Pricing (dale) Current as of 6/18/2012 Engineering or Technical Estimate (performed by) Britney Sorensen Independent Third Party Estimate (performed by) Britney Sorensen Other (specify) Cost Estimate Details: .(Estimate calculated in US Dollars) Quantity Cost($/ea) Cost($/ea) Cost($/ea) Data Source 1: City Engineering of Fort Collins Prior Data Source 2: Product 'signal Estimate Purchase CDOT Prior Bid 3-section, 12"; eUow aluminum heads with visors 40 $ 7.000.00 $ 8,200.00 $ 5,280.00 3-section, 12", black louvered aluminum back laces 28 $ 780.00 $ 780.00 $ 650.00 Source Notes T: Prior City of Fort Collins purchase for signal heads and backplates (3113/12) 2: Prior CDOT purchase award (5/31/12) Signature of Prepa er. ��1'TRAFFIC JSIGNAL ` _11 CONTROLS, INC. 255 Weaver Park Road Suite 100 Longmont, CO 80504 (303) 772-2787 Fax (303) 776-1270 Ship To: City of Fort Collins Traffic Operations- 626 Linden Street Fort Collins, CO 80522 Bill To: Fort Collins, City Of Attn: Accounting Department P 0 Box 580 Fort Collins, CO 80522-0580 Celebrating 29 Years of Customer Service Invoice Date : 03113/12 Invoice # : 62510 TSC Job #: Y 13559 Customri#;FORC Purchase Ord3212069 Purchase Order D2112 . Ship Via: TSC Truck F.O.B. Origin Terms: Net 30 FINANCE'12MAM 9:4 Quantity Part Number Description Unit Price Amount Req. Shipped' B.O. 24 24 SMH-03121900000059 20 20 SMH-19112503WS0059 4 1 3 SMH-HAWK SKY 24 24 BP-3S L 20 18 2 3YA12EMPTYT Clamp Kit, Sky Bracket Standard, 59" Band Sky Bracket, 3-Section 59" Band w/ 46" Pole Sky Bracket, Hawk Signal 18" Extrusion; 56" Band Backplate. 3S Sky/Astro Louvered, Black 3S, Yellow Aluminum, 12" Empty, Tunnel Visors S 56.00 S 1344.00 S 105.00 S 2100.00 S 210.00 S 210.00 S 30.00 S 720.00 S 205.00 3690.00 Total $ $064.00 ;�1�aor ov 69t $ 7 90 Traffic Signal Controls, Inc. Retains Title to All Material Until Invoice is Paid in Full Service Charges wil be charged on Past Due Accounts Returns are subject to restocking charges Thank you for your business! o� v�le�a DEPARTMENT OF TR,aASPURTA'r10N JUNO'�`2011 NOTICE OF AWARD COLORADO DEPARTMENT OF TRANSPORTATION AWARD NUMBER: 311000196 (THIS IS NOT A PURCHASE ORDER, SEE NOTE, BELOW) Re: Invitation For Bid 4 HAA 09-073-TW Period Covered: May I5, 2009 thru May 31, 2012 Option to renew for 0 years VENDOR NO. 1001923 INVOICE TO: Invoice address on Purchase Order for Colorado State VENDOR NAME: Traffic Signal Controls, Inc. Agencies, Institutions and political subdivisions ADDRESS: 255 Weaver Park Road - 4100 Longmont, CO 80501 CONTACT: David Tenkely PHONE: (303) 772-2787 FAX NO: (303) 776-1270 DELIVERY: Stock to 45 days MATERIAL GROUP NUMBERS: 550-88 .. Traffic Signal Equipment Vendor to, provide SignalHeads:and LEDS, per your response Io,CDOT Solicitation Number HAA 09-073-TW. Items will be ordered by and delivered to CDOT Traffic Sections as indicated below: L CDOT Region l Traffic Shop 18500 East Colfax Avenue Aurora, CO 80011 3. CDOT Region 3 Traffic Shop .606 South 9"' Street Grand Junction, CO 81501 5. CDOT Region 5 Traffic Shop 20581 Highway 160 Durango, CO 81301 Items and pricing listed below: Line_ Bid Item . I .. 12" LED 120 VAC Red -Ball ' 2 12" LED 120 VAC Yellow Ball 3 12" LED 120 VAC Green Ball 4 12" LED 120 VAC Red Arrow 5 12" LED 120 VAC Yellow Arrow 6 12" LED 120 VAC Green Arrow 7 8" LED 120 VAC Red Ball 8 8" LED 120 VAC Yellow Ball 2. CDOT Region 2 Traffic Shop 10 Monarch Lane Pueblo, COS 1004 4. CDOT Region 4 Traffic Shop 1420 2nd Street Greeley, CO 80631 6. CDOT Region 6 Traffic Shop 2000 South Holly St, Denver, CO 80222 New Contract Price S 44.00 � 63.00 $ 34.00 $ 45.00 $ 52.00 $ 57.00 $ 37.00 $ 62.00 1 9. 8" LED 120 VAC Green Ball 10 12" LED 12 VDC Red Ball, 11' .12" LED 12 VDC.Yellow Ball 12 16" LED Hand/Man Pedestrian Signal 13 16" LED HandMan/Countdown Pedestrian Signal 14 Signal, Black or Yellow Aluminum 12x12x12 with visors 15 Signal, Black or Yellow Aluminum 12x12x12 with visors, lens and reflectors 16 Signal, Black'or Yellow Aluminum 12x 12 with visors, Green Left Arrow, and Yellow Left Arrow lens and reflectors 17 Signal, Black or Yellow Aluminum 12xl2x12 Signal Heads with visors, Green Left Arrow, Yellow Left Arrow and Red Left Arrow lens and reflectors 18 Signal, Black or Yellow Aluminum 12xl2x12 with visors and LEDs 19 - Signal, Black or Yellow Aluminum 12x 12 Signal Heads with visors, Green Left Arrow and Yellow Left Arrow LEDs 20 Signal,, Black or Yellow Aluminum 12xl2xl2 Signal Heads with visors, Green Left Arrow, Yellow Left Arrow 'and Red Left Arrow LEDs 21 Signal, Black or Yellow Poly 12x12xl2 with visors 22 Signal, Black or Yellow Poly 12xl2xl2 with visors, lens and reflectors 23 Signal, Black or Yellow Poly 12x12 With visors, Green Left Arrow and Yellow Left Arrow lens and reflectors 24 Signal, Black or Yellow Poly 12x 12x 12 Signal Heads with visors, Green Left Arrow, Yellow Left Arrow and Red Left Arrow lens and reflectors 25 Signal, Black or Yellow Poly IN12xl2 With visors and LEDs. 26 Signal, Black or Yellow Poly 12x 12 - Signal Heads with visors, Green Left Arrow and Yellow Left Arrow LEDs ..27 Signal, Black or Yellow Poly 12kl2xl2 Signal -Heads with visors, Green Left Arrow, Yellow Left Arrow and Red Left Arrow LEDs 28 Signal, Black or Yellow Aluminum M with visors 29 Signal, Black or Yellow Poly 8x8 with Visors 30 Backplate, Black, Louvered Aluminum Three Section 31 Backplate, Black, Poly Three Section 32 Backplate, Black, Louvered Aluminum Five Section Side -by -Side 33 Backplate, Black, Louvered Aluminum $ 52.00 $ 62.00, $79:00 $113.00 $200.00 v $132.00 $223;00 S161.00 $237.00 $307.00 S208.00 $305.00 $119.00 $193.00 $141.00 $208.00 $282.00 $193.00 i $274.00 $81.50 $ 48.50' $ 25.00 X ZiO��v $ 22.00 $ 89.00 701 Five Section "Doghouse: S 64.50 34 Backplate, Black, Poly Five Section "Doghouse" S 77.00. 35 Pedestrian Signal, Black or Yellow, Serrated Openings, Incandescent S158.00 36 Pedestrian Signal, Black or Yellow, Serrated Openings, LED, HandNlan $20 L00 37 Pedestrian S ignal, Black or Yellow, Clam Shell Left of Pole, Incandescent $210.00 38 Pedestrian Signal, Black or Yellow, Clam Shell Left of Pole, LED Hand/;Ulan $235.00 39 Pedestrian Signal, Black or Yellow, Clam Shell Right of Pole, lncande§cent S2I0.00 40 Pedestrian Signal, Black or Yellow, Clam Shell Right of Pole, LED Hand/Man $235.00 41 Tunnel Visor 12.inch Black or Yellow, Aluminum $15.00 42 Louvered Tunnel Visor 12 inch Black Or Yellow, Aluminum S22.00 43 Tunnel Visor 3 inch Black or Yellow, Aluminum S14.00 44 Pedestrian Signal, Black or Yellow, Serrated Openings, LED, Countdown S302.00 45 Pedestrian Signal, Black or Yellow, Clam Shell Left of Pole, Countdown $340.00 •46 Pedestrian Signal, Black or Yellow, Clam Shell Right of Pole, Countdown S340.00 47 Tunnel Visor 12 inch Black or Yellow, Poly $12.00 43 Tunnel Visor 8 inch Black or Yellow, Poly $8.00 Conditions of Award: Award is made to above referenced vendor for supplying the commodity/service specified above and on any attached supplementary pages per bid specifications to be ordered on an "as needed" basis for the period May 15. 2009 through Niay 31: 2012, with NO RENEWAL REMAINING. This award is in year 3of 3 possible year's total. Prices shall be firm through the first 12 months of award. Requests -for any proposed price changes after the first 12 months must be submitted along with supporting documentation to CDOT Purchasing, a minimum of sixty (60) days prior to the proposed effective date of such change. A new award notice will be issued for each additional. renewal year that CDOT selects. EITHER PARTY MAY CANCEL ON 30 DAYS WRITTEN NOTICE. NOTE: THIS AWARD IS A NOTICE OF INTENT TO. PURCHASE ONLY. VARIOUS CDOT PERSONNEL AS NEEDED WILL ORDER - MATERIALS. NIATERIAL ORDERED BY CDOT THAT COST §5000.00 OR MORE PER ITEM, OR AGGREGATE, MUST BE ORDERED VIA PURCHASE ORDER. OTHER COLORADO STATE AGENCIES, INSTITUTIONS OR POLITICAL SUBDIVISIONS MAY ORDER MATERIALS BASED ON THIS AWARD. AGENCIES OTHER THAN CDOT ORDERING MATERIAL BASED ON THIS AWARD MUST ORDER VIA THEIR OWN PURCHASE ORDER SYSTEM: CDOT WILL ONLY BE RESPONSIBLE FOR MATERIAL ORDERED AND RECEIVED BY IT. NO QUANTITIES ARE GIl Ra REQUIREMENTS. NTEED AS A RESULT OF THIS AWARD QUANTITIES ORDERED WILL BE BASED UPON ACTUAL Please direct inquiries on this award to CDOT Approved By: Detrica `'Trish" Wilson Procurement Office. Phone: (303) 757-9782 Purchasing Agent Fax: (303)757-9669 ,Ci Fort Collins Traff-� Operations Price Analysis Worksheet Name of Contractor: Traffic Signal Controls Product: Signal Heads Analysis: The price submitted by Traffic Signal Controls is reasonable ($6,178.00). Total bid values between the next lowest quote (Gades Sales) and Traffic Signal Controls differed by approximately 3% ($204.00). The highest bid (Northwest) was approximately 42% higher ($2,610.00) than the low bid. The current bid reflects a decrease in price for the Signal Heads since our last purchase (same quantities would have cost $8,980.00). Traffic Signal Controls quoted a 30-45 day delivery which is reasonable. Price Analysis was conducted based on one or more of the following (documentation attached). ® Written quotations from 2 or more vendors AM Signal $ 7,645.00 Gades Sales $ 6,382.00 Northwest $ 8,788.00 Traffic Signal Controls $ 6,178.00 ❑ Documented phone quotations (indication contact person, phone number) ❑ Published price lists from 2 or more vendors ® Previous purchases by Fort Collins of same or similar items(s) from this or another vendor Prior Purchases Quantity 2012 Price Current Low Bid Cost Difference 3-Section Signal Head 40 $ 8,200.00 $ 5,580.00 $ 2,620.00) 3-Section Backplates 26 $ 780.00 $ 598.00 $ 182.00) ® Comparison to in-house estimate Estimate Quantity Estimated Cost Current Low Bid Cost Difference 3-Section Signal Head 40 $ 7,000.00 $ 5,580.00 $ (1,420.00 3-Section Backplates 26 $ 780.00 $ 598.00 $ 182.00 ❑ Other Fort Collins PURCHASE ORDER PO Number Page 9123910 3of8 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price As Per Quote 13978 For Mason Street Conversion Project In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal clauses apply to this purchase order. 1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. C3. Oi'la:-44 � City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 FortCollins Product 3-section, 12", yellow aluminum signal heads with visor 3-section, 12", black louvered aluminum backplates Price Analysis Analysis Details: (Estimate calculated in US Dollars) Cost of Standard Items Engineering Prior CDOT Pricing Advanced Estimate Purchase Agreement Traffic 40 $ 7,000.00 $ 8,200.00 $ 5,280.00 $ - 26 $ 780.00 $ 780.00 $ 650.00 $ - $ 7,780.00 $ 8,980.00 $ 5,930.00 25.9% 45.4% -4.0% $ 1,602.00 $ 2,802.00 $ (248.00) AM Signal Gades Leotek $ 6,826.00 $ 5,680.00 $ $ 819.00 $ 702.00 $ $ 7,645.00 $ 6,382.00 $ 23.7% 3.3% $ 1,467.00 $ 204.00 Traffic Signal Northwest Controls $ 8.320.00 $ 5,580.00 $ 468.00 $ 598.00 $ 8,788.00 $ 6.178.00 42.2% 0.0% $ 2,610.00 $ - 9935 Titan Park Circle Littleton, CO 80125 AA Signal, inc. Tel: 720-348-6925 Fax: 720-348-6950 Representing quality manufacturers of traffic related equipment June 22, 2012 City of Fort Collins Various Traffic Equipment and Devices Option 1 - Opticom - NO BID Option 2 - Pedestrian Poles - Total $6,106.70* Quantity 3 - 15' aluminum pedestrian pole "dark bronze" $286.75 ea. $860.10 Quantity 10 -10' aluminum pedestrian pole "dark bronze" $192.45 ea. $1,924.50 Quantity 20 - aluminum pole caps "dark bronze: $16.98 ea. $339.60 Quantity 15 - aluminum pole bases "dark bronze" $136.50 ea. $2, 047.50 Quantity 15 - aluminum pole collars "dark bronze" $62.35 ea. $935.60 *Anchor Bolts (if need) set of 4 (not included in price above) $31.75 ea. Option 3 - Traffic Signal Housings - ITE Specifications - Total �,645.00 Quantity 40-3-section, 12" yellow aluminum heads with ctb and vi ors $170.65 $6,826.00 Quantity 26-3-section, 12" black aluminum louvered back plates $31.50 $819.00 Option 4 - Signal Head Hardware - SOP (top/bottom) - Total $960.00 Quantity 15 -Yellow Side of Pole "L bracket" (sp-5420) $64.00 ea. $960.00 Option 5 - Signal Head Hardware - Pelco Astro Brac - Total $3,268.20 Quantity 26 - 3 section astro brac with bands $125.70 ea. $3,268.20 Option 6 - LED's - ITE Specification/Buy American Certification - Total $5,803.50 Quantity 31- 12" Green Incandescent Ball $56.25 ea. $1,736.00 Quantity 31 - 12" Yellow Incandescent Ball $55.00 ea. $1,705.00 Quantity 31 - 12" Red Incandescent Ball $43.75 ea. $1,356.25 Quantity 14 -12" Yellow Arrow $51.25 ea. $717.50 r antity 7 - 12" Red Arrow $41.25 ea. $288.75 Option 7 - Transit LED's - ITE/MUTCD Specification - Total $687.80 Quantity 2 - 12" TransibRR Signal LED - Horizontal White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED - Vertical White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED — Triangle White $115.40 ea. $230.80 i .,ption 8 — Countdown Pedestrian Signals — ITE Specification/Buy America Certification Total $7,560.00 Quantity 48 — 16" Countdown Pedestrian LED with Glare Resistant Face $157.50 $7560.00 OPTION 9 — Blank Out Signs — ITE/MUTCD specification with Auto Dimming — Total determined by selection Quantity 3 — 24"X 24" No Right Turn Symbol (R3-1) $2, 695.00 ea $8,085.00 Quantity 12 —12"X 24" TRAIN — Single stroke — white LED $1,970.00 ea $23,640.00 Double stroke — white LED $2, 200.00 ea $26, 400.00 Option 10 — Pedestrian Signal Housing — ITE Specification — Total $8,611.20 Quantity 32 — Left Clamshell, Yellow — Aluminum (no Zcrate) $179.40 ea $5, 740.80 Quantity 16 — Right Clamshell Yellow -Aluminum (no Zcrate) $179.40 ea $2,870.40 Option 11 — Pedestrian Push Buttons Station/Signs — Total $4,563.20 Quantity 48 — Pelco 9"X 12" PB Station w/Cable Guide, Yellow $78.40 ea $3, 763.20 Quantity 20 — Push Button for walk sign 9X12: Right (R10-3) $16.00 ea $320.00 (1'.Jantity 30 — Push Button for walk sign 9X12 Left (R10-3) $16.00 ea $480.00 Thanks for the opportunity to quote this material. All materials quoted are ITE/MUTCD and USA Manufactured with the exception of the Transit LED's. Pricing good through August 15, 2012 All Pricing Includes Freight Please contact me with any questions or concerns. Best Regards, Maria Gravina Sr Sales Representative 303-506-0141 Maria@amsignalinc. corn S a0i hLALI5 J Lades Sales co. tno. TRAFFIC CONTROL SPECIALISTS www.gadestraffic.com CITY OF FORT COLLINS JOB NAME TRAFFIC PARTS We are pleased to offer the following quotation on the above mentioned Project ITEM # QTY DESCRIPTION 1 40 3x12 ALUMINUM SIGNALS -EMPTY 2 26 3x12 LOUVERED BACK PLATES -SIEMENS 3 3 24x24 - NO RIGHT TURN - OUTLINE LEDS 4 3 ALTERNATE - 24x24 FILLED LEDS 5 12 12x24 TRAIN SIGNS - NO MOUNTING 6 48 PED SIGNAL HOUSING CLAMSHELL 7 48 PED PUSH BUTTONS W/R10-3 LEFT/RIGHT NOTE 24x24 - NO RIGHT TURN SIGNS INCLUDE TOP -BOTTOM SOP MOUNTING HARDWARE DELIVERY INCLUDED QUOTE GOOD FOR 60 DAYS Please let me know if any further information is needed. Sincerely, JOHN SNIDER PRICE $142.00 $27.00 $2,075.00 $2,585.00 $1,495.00 $136.00 $85.00 06/21/12 TOTAL EXT F$5,680.00 $702.00 $6,225.00 $7,755.00 $17,940..00 $6,528.00 $4,080.00 Northwest Signal: Monoging mobility• Signal herds Origins in 1976 12965 SW Herman Rd. Tualatin, OR 97062 T: +1.503.635.4351 F: +1.503.635.4341 Date: June 22, 2012 Bid Date: June 22, 2012 Contact Rob Allman 303.990.0653 Project: Attn: Britney Sorensen City of Fort Colins - Traffic System Engineer Payment Terms: 0% Net30 Quote Validity: 30 DAYS Delivery 30 (Days after Receipt of Approved submittals) Item Description gty Pri L 3 HSS83B300X Signal Housing 40 $208 0700027E Visor. 120 $18" ' $2;160 3 HSS83E300X Signal Housing 26 $208 $Sy408 0700027E-visor " 78404 t 4. ;.. Side of Pole Bracket L` r oF._ ;.... 15 $372 y $5;580F __. _� , ., 4 _.l. a. .__ :_. t 5 AS-0125-3-96 Astro-Brac Stellar Assy, 1-Way 3-Sec, 96" Galy Cable, Alum 26 . $206 $5,356 tom' 9 �f l 000,ti 3 $$9$172,+5,{U„U5'2L SIG 12r12z24 $3300 60(ITRAIN -,F, 24, 4302 B L INGLEFT 32 r$4x7; $236 '•�' '.. 4308 R PED HOUSING RIGHT a - 1` ' 16 y +. __ $236 "$3;776 a.. _.. 11 r+—�'f �L .�... 1 r. �..a �..4u_ ....:.. �. .. L .1. �...- __• .. _.. SE-2019 08-P29 48 _ ESL.._ $118 : �j �..a.. l.. SF-1013-08-PNC 20 $24. SF-1014-08-PNC. 30 $24. $720 Notes Northwest Signal Terms and Conditions apply Northwest Signal is a Certified DBE Company: OR: 4591; WA: D2F1020913; ID: 49CFR26 Freight is FOB -Factory unless otherwise noted in writing All Poles are Galvanized (not painted) unless otherwise noted in writing NO TAXES of any kind are included unless otherwise noted in writing Our thanks for the opportunity. We appreciate it .... NWS Activity Code: 23FCTS395150 rR4FFIC 1 ♦ WRAns„ INC. 255 Weaver Park Road Unit# 100 Longmont, CO 80504 (303)772-2787 Fax: (303) 776-1270 Fort Collins, City Of Attn: Accounting Department P 0 Box 580 Fort Collins, CO 80522-0580 C41 Quantity i item Number 1 3 PB-POLE A15 15 PB-POLE Al 20 PB-CAP 15 PB-BASE A CP AD 15 PB-COLLAR 40 CON-1283000000 26 BP-3S L / n Quote Date : 06/19/12 Quote No.: 13978 Sales Person: Tenkely, David Customer No.: FORC TSC Job Number: Y13978 Ship Via: F.O.B. Origin Terms : Net 30 Quote Expires : 09/17/12 f 29 years of Customer Service Description Unit Price 4 Amount All Powder Coated $ 0.00 $ 0.00 Dark Bronze 15' Pole, Spun Aluminum, Natural, 4" Threaded Toe 4 1/2" o.d., Schedule 40 10' Pole, Spun Aluminum, Natural, 4" Threaded Toe 4 1/2" o.d., Schedule 40 Pole Cap, Aluminum, Domed Natural, w/ Set Screws for 4 1/2" o.d. Pole Base, Aluminum, Comp Product Natural, Aluminum Door Without Collar Collar Assembly, Aluminum 2 Piece w/Set Screws For Standard Square Base Powder Coat Dark Bronze ------------------------- 12" Yellow Alum, 3-Section Empty, W/ Visors Backplate, 3S Sky/Astro Louvered, Black $ _ 311.50 $ 934.50 $ 205.00 $ 3075.00 $ 13.56 $ 271.20 $ 136.75 $ 2051.25 R 66.50 $ 997.50 139.50 $ 5580.00 23.00 $ 598.00 ScheduCe an Appointment to See the New .above Ground Detection (Intersector) Verbal E Mail Fax Estimated Lead Time 0 0 [j F� One Week [—] 2-3 Weeks D 30-45 Days Authorized Signature Excluded Parties List System Page 1 of 1 Search - Current Exclusions > Advanced Search > Multiple Names > Exact Name and SSN/TIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts >Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login EPLS Search Results �s Search Results for Parties Excluded by Firm, Entity, or Vessel : Traffic Signal Controls i Classification : Firm State: COLORADO Country : UNITED STATES As of 09-Jul-2012 6:00 PM EDT Save to MyEPLS Your search returned no results. ! I I i Back New Search Printer -Friendly Resources > Search Help >Advanced Search Tips > Public User's Manual > FAQ > Acronyms > Privacy Act Provisions > News System for Award Management > (SAM) Reports >Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions >Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do-,jsessionid=9C6FE1413B6D059B600D83668A32061E 7/9/2012 Small Purchase of: S J p , 0, ( ( &A c4 lAk-4ZII.9 - Ar S CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Contract File Comments Location 7) Independent Cost Estimate The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification N� Requirements This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 11) Organizational Conflict of Interest (OCI) N6 If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the Lcr�.v1 procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical C or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences The solicitation contains no in -State or local U geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of S contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 23) Price Quotations Price or rate quotations were obtained from "( an adequate number of qualified sources. 24) Clear, Accurate, and Complete Specification A complete, adequate, and realistic specification or purchased description was / available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to property respond. 41 ) Cost or Price Analysis Either a cost analysis or a price analysis was J �S performed and documented. The price was determined to be fair and reasonable. Price reasonableness based on: Price quotations. Previous purchase. Current price list or advertisement. Value Analysis - coin file. 42) Written Record of Procurement`s History The file contains records detailing the history of this procurement. At a minimum, these Z (� records include: (1) the rationale for the method of procurement, (2) Selection of contract type, -1 (3) reasons for contractor selection or J rejection, and 4 the basis for the contract price. Excluded Parties Search EPS run and include in the file Quote TRAFFIC SIGNAL Date: 06/19/12 e CONTROLS, INC. Quote No.: 13978 255 Weaver Park Road Un t# 100 Sales Person : Tenkely, David Longmont, CO 80504 Customer No.: FORC (303) 772-2787 Fax: (303) 776-1270 TSC Job Number: Y13978 Ship Via; Fort Collins, City Of Attn: Accounting Department F.O.B. Origin g P O Box 580 Terms: Net 30 Fort Collins, CO 80522-0580 Quote Expires : 09/17/12 Celebrating 29 years of Customer Service Quantity 1. Item Number Description ! Unit Price ! Amount 15.000 SMH-190904ELLSALOY Side of Post, All Ells $ 61.40 $ 921,00 Yellow, Universal Hub Plates ------ ------------ 26 SMH-19112503WS0059 Sky Bracket, 3-Section $ 97.50 $ 2535.00 59" Band w/ 46" Pole ------- - ----- -- - $ $ 31 D-LED-12GBTXL 12" GreenBall, Tinted XL $ 35.32 $ 1094.92 ETL & ITE Compliant 31 D-LED-I2YBTXL 12" Yellow Ball, Tinted, XL $ 33.32 $ 1032.92 ETL & ITE Compliant 31 D-LED-12RBTXL 12" Red Ball, Tinted XL $ 27.50 $ 852.50 ETL & ITE Compliant 14 D-LED-12YATXOD 12" Yellow Arrow, Tinted $ 32.10 $ 450.66 Omni, ETL & ITE Compliant 7 D-LED-12RATXOD 12" Red Arrow, Tinted $ . 31.88 $ 223.16 Omni, ETL & ITE Compliant ------ ----- --------------- $ $ 2 433-3W22-C121-NQ01 $ 131.25 $ 262.50 Horizontal White Bar 12" LED 2 433-2W22-C121-NQ01 $ 131.25 $ 262.50 Vertical White Bar 12" LED Schedu(e an .Appointment to See the New :Above Ground Detection (Intersector) Verbal E Mail Fax Estimated Lead Time One Week 2-3 Weeks 30-45 Days Authorized Signature Fort Collins PURCHASE ORDER PO Number Page 9123910 4of8 rhi:number must appear ll invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). D. FTA does not require the inclusion of these requirements in subcontracts. 4. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. TERMINATION a. Termination for Convenience The City may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure The City in its sole discretion may, in the case of a termination for breach or default, allow the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to The City' s satisfaction the breach or default of any of the terms, covenants, or 9_0_� Q. 0A6_0-Q, �e- City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 B Y- 6A �i5 Northwest Signal: Managing mobility - Origins in 1976 12965 SW Herman Rd. Tualatin, OR 97062 T: +1.503.635.4351 F:+1.503.635.4341 Date: June 22, 2012 Bid Date: June22, 2012 Contact Rob Allman 303.990.0653 Project: Attn: Britney Sorensen City of Fort Colins - Traffic System Engineer Payment Terms: 0% Net30 Quote Validity: 30 DAYS Delivery 30 (Days after Receipt of Approved Submittals) Item -Description gty Price ea. TOTAL 3 HSS83B30OX Signal Housing 40 $208 $8,320' 0700027E Visor 120 $18 $2,160'� 3 HSS83E300X Signal Housing 26; $208 $5,408: 0700027E visor 78 $18 $1;404 j y 5 A5-0125-3-96 Astro-Brat Stellar Assy, 1-Way 3-Sec, 96" Galy Cable, Alum, 26 $206 $5,356 c 9u 24X24NO>RIGHT,TURNSIGN-, �� � w ° �1+ja r. 7 r l� 3' - Rrs 12X246(:T�RAITN)SIGN wrap { 5 e^12? $3'300s $39600 10 ¢302 B,L PED HOUSING LEFT 32 $236 $7,552" 4302 B R PED HOUSING RIGHT --,, ; : c 16;, $236 $3,7M 11 _ SE-2019-08-P29 48 $118 $5,664 SF-1013-08-PNC 20. $24 $480 SF-1014.08-PNC 30 $24 $720 Notes Northwest Signal Terms and Conditions apply Northwest Signal is a Certified DBE Company: OR: 4591;. WA: 02F1020913; ID: 49CFR26 Freight is FOB -Factory unless otherwise noted in writing All Poles are Galvanized (not painted) unless otherwise noted in writing NO TAXES of any kind are included unless otherwise noted in writing Our thanks for the opportunity. We agarecipte it. ... NWS activity code: 23FCTs395150 Quantity 2 - 12" Transit/RR Signal LED — Triangle White $115.40 ea. $230.80 Option 8 — Countdown Pedestrian Signals — ITE Specification/Buy America Certification Total $7,560.00 Quantity 48 — 16" Countdown Pedestrian LED with Glare Resistant Face $157.50 $7560.00 OPTION 9 — Blank Out Signs - ITE/MUTCD specification with Auto Dimming — Total determined by selection Quantity 3 — 24"X 24" No Right Turn Symbol (R3-1) $2, 695.00 ea $8,085.00 Quantity 12 —12" X 24" TRAIN — Single stroke — white LED $1, 970.00 ea $23, 640.00 Double stroke — white LED $2, 200.00 ea $26, 400.00 Option 10 — Pedestrian Signal Housing — ITE Specification — Total $8,611.20 Quantity 32 — Left Clamshell, Yellow — Aluminum (no Zcrate) $179.40 ea $5, 740.80 Quantity 16 — Right Clamshell Yellow -Aluminum (no Zcrate) $179.40 ea $2, 870.40 Option 11— Pedestrian Push Buttons Station/Signs — Total $4,563.20 Quantity 48 — Pelco 9" X 12" PB Station w/Cable Guide, Yellow $78. 40 ea $3, 763.20 Quantity 20 — Push Button for walk sign 9X12: Right (R10-3) $16.00 ea $320.00 Quantity 30 — Push Button for walk sign 9X12 Left (R10-3) $16.00 ea $480.00 Thanks for the opportunity to quote this material All materials quoted are ITE/MUTCD and USA Manufactured with the exception of the Transit LSD's. Pricing good through August 15, 2012 All Pricing Includes Freight Please contact me with any questions or concerns. Best Regards, Maria Gravina Sr Sales Representative 303-506-0141 Maria@amsignalinc.com o Sl �'t-Cl.l, Inc. Representing quality manufacturers of traffic related equipment June 22, 2012 City of Fort Collins Various Traffic Equipment and Devices Option 1 - Opticom - NO BID Option 2 - Pedestrian Poles - Total $6,106.70* 9935 Titan Pare: Circle Littleton, CO 80125 Tel: 720-348-6925 Far: 720-348-6950 Quantity 3 - 15' aluminum pedestrian pole "dark bronze" $286.75 ea. $860.10 Quantity 10 -10' aluminum pedestrian pole "dark bronze" $192:45 ea. $1,924.50 Quantity 20 - aluminum pole caps "dark bronze: $16.98 ea. $339.60 Quantity 15 - aluminum pole bases "dark bronze" $136.50 ea. $2,047.50 Quantity 15 - aluminum pole collars "dark bronze" $62.35 ea. $935.00 *Anchor Bolts (if need) set of 4 (not included in price above) $31.75 ea. Option 3 - Traffic Signal Housings - ITE Specifications - Total $7,645.00 Quantity 40-3-section, 12" yellow aluminum heads with ctb and visors $170.65 $6,826.00 Quantity 26-3-section, 12" black aluminum louvered back plates $31.50 $819.00 Option 4 -Signal Head Hardware -SOP (top/bottom) -Total $960.00 Quantity 15 - Yellow Side of Pole "L bracket" (sp-5420) $64.00 ea. $960.00 Option 5 - Signal Head Hardware - Pelco Astro Brac - Total $3,268.20 Quantity 26 - 3 section astro brat with bands $125.7 ea. $3, 268.20 Option 6 - LED's - ITE Specification/Buy American Certification - Total $5, 803.50 Quantity 31 - 12" Green Incandescent Ball $56.25 ea. $1, 736.00 Quantity 31 - 12" Yellow Incandescent Ball $55.00 ea. $1, 705.00 Quantity 31 - 12" Red Incandescent Ball $43.75 ea. $1,356.25 Quantity 14 -12" Yellow Arrow $51.25 ea. $717.50 Quantity 7 - 12" Red Arrow $41.25 ea. $288.75 Option 7 - Transit LED's - ITE/MUTCD Specification - Total $687.80 Quantity 2 - 12" Transit/RR Signal LED - Horizontal White Bar $114.25 ea. . $228.50 Quantity 2 - 12" Transit/RR Signal LED - Vertical White Bar $114.25 ea. $228.50 ` lty o1 Forte t� C/ Ui=s Price Analysis Analysis Details: (Estimate calculated M US Dollars) Cost of Standard Items Engineering Prior Advawed + Traffic S grml, Low - Product Estimate Purchase Tm(Oc AM Signal Gades Leotek, Northwest CoM ols Low •Prior Estimate Signal Head Hardware (Skybracket style) 26 $ 2,990.00 $ ;2,730.00 $ - $ '13,268.20 $ - $. - $' ,5,358.00 S 2 535 00 S, (195.00) $. (455.00) '$ 2,990.00 $ 2.730.00 $ - $ 3,268.20 $ - $ $ 5,356.00 S 253500 $ (195.00) $ 1455,00) 17.9 % 7.7% 28:9% 111.3% '.$ 455,00 $ 495,00, 733.20 S. 2,821.00 City of Fort-Colling Traffic Operations Price Analysis Worksheet Name of Contractor: Traffic Signal Controls Product: Signal Head Hardware, Skybrackets Analysis: The price submitted by Traffic Signal Controls is reasonable ($2;535.00). Total bid values between the next lowest quote (AM Signal) and Traffic Signal Controls differed by approximately 30% ($3,268.20). The highest bid (Northwest) was nearly double ($5,356.00) the low bid. The current bid reflects decrease in cost of approximately 8% in price for the hardware since our last purchase (same quantities would have cost $2,730.00). Traffic Signal Controls quoted a 30-45 day delivery which is reasonable. Price Analysis was conducted based on one or more of the following (documentation attached). ® Written quotations from 2 or more vendors AM Signal $ 3,268.2b Northwest $ 5,356.00 Trl affic Signal Controls $ 2,535. ❑ Documented phone quotations (indication contact person, phone number) ❑ Published price lists from 2 or more vendors ® Previous purchases by Fort Collins of same or similar items(s) from this or another vendor I Skvbracket 1 26 1 $ 2.730.00 1 $ 2.535.00 1 $ (195.00) 1 ® Comparison to in-house estimate Estimate Quanti Estimated Cost Current Low Bid Cost Difference Skvbracket 26 $ 2.990.00 $ 2,535.00 $ (455.00) ❑ Other �OTRAFF/C TSIGIVAL , 0 CONTROL S, INC. 255'Neaver Park Road Suite 100 Data 03113112 Longmont. CO 80504 Invoice m 62510 (303) 772-2787 Fax (303) 776-1270 TSC Job =. Y 13559— Ship To City of Fort Collins .......- -_ Traffic Operat;ons_ Cusicmer .: -FCRC 526 Linden Street Purchase Order # 32 12059 Fort Collins. CO 80522 1. Purchase Order Datz-:- :Q P1 L i 2 Bill To Fort Collins, City Of Snip Via : TSC Truck AIM. Accounting Department F.O.B. Origin P O Sox 580 Fort Collins, CO 80522-0580 Terms, Net 30 Celebrating 29 Years or Ctfs'o%rer Service F1gl,I— CE'C%!Ir?19:41 ---. Quantity mart Number ri=_c,. Snippec 3 O Descrpuen lJmt F:;cz },'nJ::nl 24 24 SIMH-031219000G0059 Clamp Kit, Sky Bracket S 56.00 S 1344 00 Standard, 59" Band 20 20 SIb1H-191112503b'/5005 Sky Bracket, 3-Section S 105.00 S 2100 00 59" Band wl 46•' Pole 4 1 3 SIb1H-HAWK SKY Sky Bracket, Hawk Signal 5 21G 00 S 210.00 18" Extrusion, 56" Band 24 24 BP-3S L Backplate. 3S Sky!Astrc S 30.00 S 720 00 Louvered, Black 20 18 2 3YA12EINIPTYT 3S, Yellow Aluminum. 12" S 205.00 5 3650.00 Empty. Tunnel Visors Total S 8064.00 I vKu Traffic Sianal Controls. Inc. Retains Title to All Matarial I InHI I.,,,.,f�a ;� ❑,;A ;,, c„11 Sen:ice Charges wil be charged on Past Due Accounts R e'UMS are subject to restocking charges Thank you for your business! Cityof Fort Cotlins Date of Estimate: 6/18/2012 Contract Type: Material Bid Existing Contract or PO (Y/N): N Independent Cost Estimate Description of Goods (A) or Services (B): Provide Signal Head Hardware (skybrackets) per City of Fort Collins specifications for the Mason two-way conversion I have obtained the following estimate from: Prior City of Fort Collins Traffic Operations Jobs Published Price List / Past Pricing (date) Current as of 6/18/2012 Engineering or Technical Estimate (performed by) Britney Sorensen Independent Third Party Estimate (performed by) Britney Sorensen Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Quantity lCost ($/ea) Cost ($/ea) Data Source 1: City Engineering of Fort Collins Prior Product Estimate Purchase Signal Head Hardware Sk bracket style) 26 $ 2,990.00 $ 2.730.00 Source Notes 1: Prior City of Fort Collins purchase for signal head brackets (3/12/12) Signature of Preparer: Excluded Parties List System Page 1 of 1 E11;1y P'Ll Search - Current Exclusions > Advanced Search > Multiple Names > Exact Name and SSN/TIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts > Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login EXCIUdedl Palates; List: Results Search Results for Parties Excluded by Firm, Entity, or Vessel : Traffic Signal Controls i Classification : Firm State: COLORADO Country : UNITED STATES As of 09-Jul-2012 6:00 PM EDT Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly Resources > Search Help >Advanced Search Tips > Public User's Manual > FAQ > Acronyms > Privacy Act Provisions > News System for Award Management > (SAM) Reports >Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions > Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do,jsessionid=9C6FE1413B6DO59B60OD83668A32061E 7/9/2012 Small Purchase of: �.tg ,X p CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Contract File Comments Location 7) Independent Cost Estimate Per The City made and documented an G% independent cost estimate before receipt of proposals. 9) Unreasonable Qualification Requirements �VO . This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 11) Organizational Conflict of Interest (OCI) If there is an apparent or potential OCI the /(f solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a / "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences The solicitation contains no in -State or local ti0 geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation The contract period of performance for rolling /v stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 23) Price Quotations S Price or rate quotations were obtained from an adequate number of qualified sources. 24) Clear, Accurate, and Complete Specification A complete, adequate,.and realistic ,� 5 specification or purchased description was y available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 41 ) Cost or Price Analysis S Either a cost analysis or a price analysis was f performed and documented. The price was determined to be fair and reasonable. Price reasonableness based on: Price quotations. Previous purchase. Current price list or advertisement. Value Analysis - coin file. 42) Written Record of Procurement History o rc 4t S• The file contains records detailing the history of this procurement. At a minimum, these \ nv . records include: / (1) the rationale for the method of - ��• procurement, (2) Selection of contract type, f Id -I S (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. Excluded Parties Search f EPS run and include in the file Fort Collins PURCHASE ORDER PO Number Page 9123910 5of8 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. 6. CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. C3. O✓li.-eQ � City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Fort Collins Date of Estimate: 6/1812012 Contract Type: Material Bid Existing Contract or PO (Y/N): N Independent Cost Estimate Description of Goods (A) or Services (B): Provide Pedestrian Heads per City of Fort Collin specifications for the Mason two-way conversion I have obtained the following estimate from: Prior City of Fort Collins Traffic Operations Jobs, City of Loveland Current Bid, CDOT Price Agreement Published Price List / Past Pricing (date) Current as of6118/2012 Engineering or Technical Estimate (performed by) Britney Sorensen Independent Third Party Estimate (performed by) Britney Sorensen Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Quantity Cost ($lea) Cost ($/ea) Cost ($lea) Cost ($lea) Data Source 1: City Data Source 2: City Data Source 2: Engineering of Fort Collins Prior of Loveland Current CDOT Pricing Product Estimate. Purchase Pricing Agreement Pedestrian Clamshell, Left 74 D H 4 32 $ 4.480.00 $ 4,160.00 $ 4,064.00 $ 5,056.00 Pedestrian Clamshell, Right 16 $ 2,240.00 $ 2,080.00 $ 2,032.00 $ 2,528.00 Source Notes 1: Prior City of Fort Collins purchase of Pedestrian Heads (6/20/11) 2: Current Pricing for City. of Loveland (411112) 3: CDOT Pricing Agreement (through 5/3111.2) Signature of Preparer: ♦ TRAFF/C � s,�5 Invoice CoNrRocs, INC. 255 Weaver Park Road Suite 100 Date: 06/20/11 Longmont, CO 80504 Invoice # : 61593 (303) 772-2787 Fax (303) 776-1270 � TSC Job #: Y 12240 Ship To: City of Fort Collins Traffic Operations- Customer # : FORC Purchase Order # : 3211078 Fort Collins, CO 80522 Purchase Order Date: 06l13/11 Bill To: Fort Collins, City Of Ship Via: TSC Truck Attn: Accounting Department F.O.B. Origin P O Box 580 Fort Collins, CO 80522-0580 Terms: Net 30 Celedrating zs years 6fCustamer Service FIHANCE'fiJUN2211W Quantity Req. Shipped B.O. Part Number I Description I Unit Price I Amount 20 20 PEDS-SIG YA CLAM DBA. Pedestrian Signal, Empty S 130.00 $ 2600.00 Yellow Aluminum, for Clam 20 20 PEDS-CLAM Y Clamshell Assembly, Yellow $ 0.00 S 0.00 Aluminum 12 Left, 12 Right S. $ 11 11 CON-PLUG-1315142010E Monitor, Conflict; 2010ECLiP $ 570.00 $ 6270.00 RMS Type 2070 Monitor w/Ethernet Port DOT Contract $ $ 111000171 DOT Contract $ $ 111000196 ELIVERY: 2 to 3 Weeks $ $ ter receipt of order. Total $ 3 Z I�eR� $ i 30 = #41 tau 130 Traffic. Signal Controls, Inc. Retains Title to All Material Until Invoice is Paid in Full Service Charges wil be charged on Past Due Accounts Returns are subject to restocking charges Thank you for your business! 8870.06 Dem.1 it- Ve,otlimcm I U11,11 ftt�l UM,hk. "i ExarielrdCbt- Tlr,4 U.k Plitt'-' Ettamla,l Coot I CaXeary I TIIARKmGN CMTRQIEYSa CI mns — I laxlec,lAIAN Comooffe, omit Eltootml •adt M M 3,1541M IS 63.=W 901a,%Aft �' I' V� 2 Taft V1.1 �mel INS 15t5,704011 60,9C)Dari 3 TIWl V1.1 Cadent 332. 1_ S 6,142.92 S 24,571." (A)MIDWei 4 'Off Tlmee 79 amp hear taftera% cam lat W, Opiate 4 dev, Itele iiieti iefi stlf S PIN, -A, -F- N-. 'U" POW aA Vital Soma �-HCEIUM Varee ow home totterves - vadowers A ;.�4 6 Talft Signal calaime. MSO p, ". oqmal 000l, ocilia,; �leoot �em. wiftut vroff amm. loaffea, beolai ItI t - 7 w1mr, Taft ggaf E:aemot 233ltedeL 50 w/ I sioma, wc- isr,c, UK dlaal, 'off ft TIMM eath imive" ca Apoomed cycle e.0 Vol dy" t Ir 4.1$ .1 Sll;lij • 10 we"s���cmmu�wo Da;5�0 It liaetil 6 Slah.AIS P I Amemm Cable UAR� ljB' Siapetfien foato 6*1ecdic able f.1 SC(, 3 Crim CenneclmhaVJ00x6W ..hj 24 1,11 1 14 12 9cx1c.45 DETEaRIN Min 6 S iw.w s ww :Ucc,E'.45 M2.11) asm M 17 19 Peol.Me Sip Cliefore Mft74pe mewl 19 �.a /C.,manion gem!Y, SIpa. O .h 24 Jti. M Trallacer, VIP 3Dl ard for IM efftem orth IAW ra,miam. iadi 24 5lA'v 21 trallgaet 2.claim*1 pvtrimmut meakdOo earb 24 r,7 -:..•q »11 1'-" , _ 0, 1 F,I g V-, GIDBK FIRE ME lWallYaREINT Min AL rNIEAS 33 Iciattl 4 19'111�.Il.'� IT i2IMMil"! 4 24 IGbbN lft*Selxt«AieM762 I:n i TNPii n Peaesailiodev./domepoia. sm. alopplemem • 4 =1 RAS w I.Moc, Nt.Z' 45 26 Meatalftleake"Imemal'al waaeth.w.b. Ilapar eM s 421." istoffewits 21 i w s 376 W lkork,.45 23 litacc, W.M Polar Tire Adev. I SE,= 4 1 1 s vw s M.W IStocitle45 4 lRoff,10145 MCWNirtlbciNN Head Mts amilk, ROI, 3.400W StocitloAlS 31 an LEA Taft Sigial Heae 12-12-V-12-12 teuverM hod, plea amIl *v larxaf mometim, tomfeae. 1,11EIA. side N Q. 'adi a S VICE) $ 6,5".W :St*c*to4S 32 aUMEIN Taft N,ral Head tla 12-12-12 wl kooetteml IIIok MI. A Uv tmaelud rioutim, hamd.r. exit 24 41 s I'law s 5,76000 FOo is 13 AII(XIIIN %III)OUGHTfilodielln 12-1M2 LI.D.Tallf.Upal HadblaalIaf dueX, leraeral larklark0. sped Ov toickal ..Ibq EaTcloar. ado , 1, iw W. r , 1 sft5tto as ASXAIN Traft Sig" HeM 12-12-12-Pearl, WI, of Peak, w/akeemewo blat,a taodaao. .Effi 3Z I_ , , It, Yn .1, X� - 3 MU 4M�.'4 5 35 NCGI11 wj(XAUlfiIfT leceleff! AB LE.D. Taft Sipe H.M Elea U-12-12 Slacl, We of feet w1shemimem alecle hardeae, Tcl, w h"k.9, R, 61 I"-Y. 1 s accicols "4ww Toes I Tell JURMAIN Matram 9VW load black (la. im.11 1m:lk meound - 11" mount (sole w WEE wFoll, "AN, p, Mool. each MIN I 4"k. ULM s fi,,,W 4f.,WL 4!5' 37 MCLUNP momit(W.WWalwlegictitt ... Monett! coad. wh As $ U7.111) $ 6,M,W �Swckt*,B IS 1AIMUN j()UMG&fT ModelModelLFA Peom olawUaal food black /M cate. ~. ofteff, atf. Two III, We;. LEFT eapeat - filed, Ham are •iob. Is M *,. IF hXtAUR wjq.LLIGM Alcobill LIE.D. fiediffirt. $1,aff Haoil tluY r/ey crate, s MITI) $ 17,2 Q MCGIN peo"rion 56�11 M,.,' led, 24 A Is) UWE, is-_ MIN' L , 9','Ab 5 MW $ 9,$S2.00 �SINS 41 Durght cooraxiovei r4pol. fiffaIl. ft&,W� W improvell eival T.1 24 - Mi. F"kZ13 111 olo W Mw S 9352m f�t.4S 42 D.4ht Ioneodooe, podeoemem Val• filiml karokpo� r. WCA121 dome IJ Ol_`_=RA GBLJEAM)UJ%U 43 I= as awmamicato, 7aaM 14g.wimoati peer It I= wolll�vwl 45 liI5A 141 TX419cwedwtw wtMM If I= AijK"tivl It 50(c) I.ual iIi7li,_2llll rll_ 1"i a7 25(E) W1,111:11 U Gloo," Seetims Vfaa No. 6C. ,xi, illaaalled, reer, TMNNw Mad 11 W 49 OP1kem 5ryem Gex M136 II ICOD A� 4 SIP suee, VIM volkoo, M3 iiamea w/ aaawl cu sfiaE, appoi apse ITT, WE �?, I BEIOfN, MISSY It VETO 52 it 20()() 53 fiber 00kiV, oce, bIE IT aamt if =1 11 T% 7.,w"' -7,i .4aMIYE S4 FiliecOolkiallpermade.lile2l. it ffTEET tl, :Wn,5Y 11 'rh 55 If ME, v 1- 77777-7r,—^.,�� N-4 Pc-d h-ca d s 3 Z_ 7:::4 1+ D (D q X Ito = � 2-33 2 OT DEPARTMENT OF TRA.'JSPORTATION RE[ EE! V ED JUN 0 2011 NOTICE OF AWARD COLORADO DEPARTMENT OF TRANSPORTATION AWARD NUMBER: 311000196 (THIS IS NOT A PURCHASE ORDER, SEE NOTE BELOW) Re: Invitation For Bid # HAA 09-073-TW Period Covered: May I5, 2009 thru May 31, 2012 Option to renew for 0 years VENDOR NO. 1001923 INVOICE TO: Invoice address on Purchase Order for Colorado State VENDOR NAME: Traffic Signal Controls, Inc. g ' Agencies, Institutions and political subdivisions ADDRESS: 255 Weaver Park Road - #100 Longmont, CO 80501 CONTACT: David Tenkely PHONE: (303) 772-2787 FAX NO: (303) 776-1270 DELIVERY: Stock to 45 days MATERIAL GROUP NUMBERS: 550-83 'rraffic Signal Equipment Vendord0 provide . gnal_Heads.and LEDS, per your response tO.CDOT Solicitation Number HAA 09-073-TW. Items will be ordered by and delivered to'CDOT Traffic Sections as indicated below: 1. CDOT Region I Traffic Shop 18500 East Colfax Avenue Aurora, CO 8001 1 3. CDOT Region 3 Traffic Shop 606 South 9'' Street Grand Junction, CO 81501 5. CDOT Region 5 Traffic Shop 20581 Highway 160 Durango, CO 8 13 01 Items and pricing listed below: Line Bid item 1 12" LED 120 VAC Red Ball 2 12" LED 120 VAC Yellow Ball 3 12" LED 120 VAC Green Ball 4 12" LED 120 VAC Red Arrow 5 12" LED 120 VAC Yellow Arrow 6 12" LED 120 VAC Green Arrow 7 8" LED t20 VAC Red Ball 8 3" LED 120 VAC Yellow Ball 2. CDOT Region 2 Traffic Shop 10 Monarch Lane Pueblo, CO 81004 4. CDOT Region 4 Traffic Shop 1420 2"' Street Greeley, CO. 80631 6. CDOT Region 6 Traffic Shop 2000 South Holly St. Denver, CO 80222 New Contract Price $ 44.00. S 63.00 S 54.00 $ 45.00 S 52.00 S 57.00 $ 37.00 $ 62.00 9 8" LED 120 VAC Green Ball $ 52.00 10 12" LED 12 VDC Red Ball $ 62.00 1 C 12" LED 12 VDC Yellow Ball S79.00 12 16" LED Hand/ivfan Pedestrian Signal $113.00 13 16" LED Hand/-fan/Countdown Pedestrian Signal S200.00 14 Signal, Black or Yellow Aluminum 12xl2xl2 with visors SI32.00 15 Signal,. Black or Yellow Aluminum 12x12xl2 with visors, lens and reflectors $223.00 16 Signal, Black or Yellow Aluminum 12x l2 with visors, Green Left Arrow and Yellow Left Arrow lens and reflectors S 161.00 17 Signal, Black or Yellow Aluminum 12x12xl2 Signal Heads with visors; Green Left Arrow, Yellow Left Arrow and Red Left Arrow lens and reflectors S237.00 18 Signal, Black or Yellow Aluminum 12x12x12 with visors and LEDs S307.00 19 Signal, Black or Yellow Aluminum 12x12 Signal Heads with visors, Green Left Arrow and Yellow Left Arrow LEDs S208.00 20 Signal, Black or Yellow Aluminum I2xl2xl2 Signal Heads with visors, Green Left Arrow, Yellow Left Arrow and Red Left Arrow LEDs $305.00 21 Signal, Black or Yellow Poly 12x 12x 12 with visors $1 19.00 22 Signal, Black or Yellow Poly 12x12xl2 with visors, lens and reflectors $193.00 23 Signal, Black or Yellow Poly 12x 12 With visors, Green Left Arrow and Yellow Left Arrow lens and reflectors $141.00 24 Signal, Black or Yellow Poly12xl2xl2 Signal Heads with visors, Green Left Arrow, Yellow Left Arrow and Red Left Arrow lens and reflectors $208.00 25 Signal, Black or Yellow Poly 12x12x12 With visors and LEDs S282.00 26 Signal, Black or Yellow Poly 12xl2 Signal Heads with visors, Green Left Arrow and Yellow Left Arrow LEDs $193.00 27 Signal, Black or Yellow Poly 12xl2xl2 Signal Heads with visors, Green Left Arrow, Yellow Left Arrow and Red Left Arrow LEDs $274.00 28 Signal, Black or Yellow Aluminum Sx8 with visors SS1.50 29. Signal, Black or Yellow Poly 8x8 with V lsors $ 48.50 30 Backplate, Black, Louvered Aluminum Three Section $ 25.00 31 Backplate, Black, Poly Three Section $ 22.00 32 Backplate, Black, Louvered Aluminum Five Section Side -by -Side S 89.00 33 Backplate, Black, Louvered Aluminum 2 Five Section "Doghouse: $ 64:50 34 Backplate, Black, Poly Five Section "Doghouse'' $ 77.00' 35 Pedestrian Signal, Black or Yellow, Serrated Openings, Incandescent _ S15.8.00 36 Pedestrian Signal, Black or Yellow, x _� Serrated Openings, LED; Hand/Man $201.00 37 Pedestrian Signal, Black or Yellow, Clam Shell Left of Pole, Incandescent $210.00 38 Pedestrian Signal, Black or Yellow, Clam Shell Left of Pole, LED Hand/Man $235:00 39 Pedestrian Signal, Black or Yellow, Clam Shell Right of Pole, Incandescent S210.00 40 ' Pedestrian Signal, Black or Yellow, Clam Shell Right of Pole, LED Hand/Man $235.00 41 Tunnel Visor 12.inch Black or Yellow, Aluminum $15.00 42 Louvered Tunnel Visor 12 inch Black Or Yellow, Aluminum S22.00 43 Tunnel Visor 8 inch Black or Yellow, Aluminum $14.00 44 Pedestrian Signal, Black or Yellow, Serrated Openings, LED, Countdown $302.00 45 Pedestrian Signal, Black or Yellow, Clam Shell Left of Pole, Countdown $340.00 �46 Pedestrian Signal, Black or Yellow, Clam Shell Right of Pole, Countdown $340.00 47 'Tunnel Visor 12 inch Black or Yellow, Poly $12.00 48 Tunnel Visor 8 inch Black or Yellow, Poly $8.00 Conditions of Award: Award is made to above referenced vendor for supplying the commodity/service specified above and. on any attached supplementary pages per bid specifications to be ordered on an "as needed" basis for the period May 15, 2009 through May 31, 2012, with'NO RENEWAL REMAINING. This award is in year 3of 3 possible year's toal. Prices shall be firm through the first 12 months of award. Requests for any proposed price changes after the first 12 months must be submitted along with supporting docum_entation,.to CDOT Purchasing, a minimum of sixty (60) days prior to the proposed effective date of such change. A: new award notice will be issued for each additionalrenewal year that CDOT selects. EITHER PARTY MAY CANCEL ON 30 DAYS WRITTEN NOTICE. NOTE: THIS AWARD IS A NOTICE OF INTENT TO PURCHASE ONLY. VARIOUS CDOT PERSONNEL AS NEEDED WILL ORDER MATERIALS. MATERIAL ORDERED BY COOT THAT COST S5000.00 OR MORE PER ITEM, OR AGGREGATE, MUST BE ORDERED VIA PURCHASE ORDER OTHER COLORADO STATE AGENCIES, INSTITUTIONS OR POLITICAL SUBDIVISIONS MAY ORDER MATERIALS BASED ON THIS AWARD. AGENCIES OTHER THAN CDOT ORDERING.MATERIAL BASED ON THIS AWARD MUST ORDER VIA THEIR - OWN PURCHASE ORDER SYSTEM: COOT WILL ONLY BE RESPONSIBLE FOR MATERIAL ORDERED AND RECEIVED BY IT. N n��nvrrcc wev n,un......-.-.. ............ ....__ Please direct inquiries on this award to CDOT Approved By: Detrica "Trish" Wilson Procurement Office: Phone: (303) 757-9782 Purchasing Agent Fax: (303)751-9669 9 Fort Collins Traffic ` Operations Price Analysis Worksheet Name of Contractor: Traffic Signal Controls Analysis: The price submitted by Traffic Signal Controls is reasonable ($6,000.00). Total bid values between the next lowest quote (Gades Sales) and. Traffic Signal Controls differed by approximately 9% ($528.00). The highest bid (Northwest) was approximately 90% higher ($5,328.00) than the low bid. The current bid reflects a slight decrease in price for the Pedestrian Signal Heads since our last purchase ($6,240.00). Traffic Signal Controls quoted a 30-45 day delivery which is reasonable. Price Analysis was conducted based on one or more of the following (documentation attached). ® Written quotations from 2 or more vendors AM Signal $ 8,611.20 Gades Sales $ 6,528.00 Northwest $ 11,328.00 Traffic Signal Controls C$=6;Qg000 ❑ Documented phone quotations (indication contact person, phone number) ❑ Published price lists from 2 or more vendors ® Previous purchases by Fort Collins of same or similar items(s) from this or another vendor 2011 Prices Quantity2011 Price Current Low Bid Cost Difference Pedestrian Heads, Left 32 $ 4,160.00 $ 4,000.00 $ 160.00 Pedestrian Heads, Right 16 $ 2,080.00 $ 2,000,00 $ IAn.00 ® Comparison to in-house estimate Estimate Quantity Estimated Cost Current Low Bid Cost Difference Pedestrian Heads, Left 32 $ 4,480.00 $ 4,000.00 $ 480.00 Pedestrian Heads, Right 16 $ 2,240.00 $ 2,000.00 1 $ 240.00 ❑ Other Cnvo1 rt ColUns Price Analysis Anaysis Details: (Estimate calculated in US Dollars) Cost of Standard Items Engineering Prior City of Loveland Advanced ,Traffic Signal Low - Product, Estimate Purchase Current Pricing Traffic. AM Signal Gades Leotek Northwest - Controls . Low - Prior Estimate Pedestrian Clamshell, Left 32 $ 4.480.00 $ 4.160.00 $ 4.064.00 $ - $ 5.740.80 S 4,352.00 $ - $ 7.552.00 .$ 4,000.00 S(160.00) $ - (480.00) Pedestrian Clamshell, Right 16 $ 2,240.00 $ 2,080.00 $ 2.032.00 $ - $ 2,870.40 $ '2,176.00 $ - $ 3,776.00 $ 2,000.00, S (80.00) $ 1240.00) Total $ 6,720.00 S 6,240.00 $ 6.096.00 $ - $ 8,61110 S 6,528.00 $ - $ 11,328.00 $ 6,000.00, 12.0% 4.0% 1.6% 43.5% 8.8% 88.8% 0.0% $ 720.00 $ 240.00 $ 96.00 $ 2.611.20 $ 528.00. $ 5,328.00 $ - Q PU hCJS ® S10- nal, Inc. Representing quality manufacturers of traffic related equipment June 22, 2012 City of Fort Collins Various Traffic Equipment and Devices Option 1- Opticom - NO BID Option 2 - Pedestrian Poles - Total $6,106.70* 9935 Titan Park Circle Littleton. CO 80125 Tel.• 720-348-6925 Fax: 720-348-6950 Quantity 3 - 15' aluminum pedestrian pole "dark bronze" $286.75 ea. $860.10 Quantity 10 -10' aluminum pedestrian pole "dark bronze" $192.45 ea. $1, 924.50 Quantity 20 - aluminum pole caps "dark bronze: $16.98 ea. $339.60 Quantity 15 - aluminum pole bases "dark bronze" $136.50 ea. $2,047.50 Quantity 15 - aluminum pole collars "dark bronze $62.35 ea. $935.00 `Anchor Bolts (if need) set of 4 (not included in price above) $31.75 ea. Option 3 - Traffic Signal Housings - ITE Specifications - Total $7,645.00 Quantity 40-3-section, 12" yellow aluminum heads with ctb and visors $170.65 Quantity 26-3-section, 12" black aluminum louvered back plates $31.50 Option 4 -Signal Head Hardware -SOP (top/bottom) -Total $960.00 Quantity 15 - Yellow Side of Pole 1 bracket" (sp-5420) $64.00 ea. $960.00 Option 5 - Signal Head Hardware - Pelco Astro Brac - Total $3,268.20 Quantity 26 - 3 section astro brac with bands $125.70 ea. $3, 268.20 Option 6 - LED's - ITE Specification/Buy American Certification - Total Quantity 31 - 12" Green Incandescent Ball $56.25 ea. $1,736.00 Quantity 31 - 12" Yellow Incandescent Ball $55,00 ea. $1,705.00 Quantity 31 - 12" Red Incandescent Ball $43.75 ea. $1,356,25 Quantity 14 -12" Yellow Arrow $51.25 ea. $717.50 Quantity 7 - 12" Red Arrow $41.25 ea. $288.75 Option 7 - Transit LED's - ITE/MUTCD Specification - Total $687.80 $6, 826.00 $819.00 $5, 803.50 Quantity 2 - 12" Transit/RR Signal LED - Horizontal White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED - Vertical White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED — Triangle White $115.40 ea. $230.80 Option 8 — Countdown Pedestrian Signals — ITE Specification/Buy America Certification Total $7,560.00 Quantity 48 — 16" Countdown Pedestrian LED with Glare Resistant Face $157.50 $7560.00 OPTION 9 — Blank Out Signs — ITE/MUTCD specification with Auto Dimming — Total determined by selection Quantity 3 — 24" X 24" No Right Turn Symbol (R3-1) $2, 695.00 ea $8, 085.00 Quantity 12 —12" X 24" TRAIN — Single stroke — white LED $1, 970.00 ea $23, 640.00 Double stroke — white LED $2,200.00 ea $26,400.00 Option 10 — Pedestrian Signal Housing — ITE Specification — Total $8,611.20 Quantity 32 — Left Clamshell, Yellow — Aluminum (no Zcrate) $179.40 ea $5, 740.80 Quantity 16 — Right Clamshell Yellow -Aluminum (no Zcrate) 179.40 ea $2, 870.40 Option 11— Pedestrian Push Buttons Station/Signs — Total $4,563.20 Quantity 48 — Pelco 9" X 12" PB Station w/Cable Guide, Yellow $78.40 ea $3, 763.20 Quantity 20 — Push Button for walk sign 9X12: Right (R10-3) $16.00 ea $320.00 Quantity 30 — Push Button for walk sign 9X12 Left (R10-3) $16.00 ea $480.00 Thanks for the opportunity to quote this material All materials quoted are ITE/MUTCD and USA Manufactured with the exception of the Transit LSD's. Pricing good through August 15, 2012 All Pricing Includes Freight Please contact me with any questions or concerns. Best Regards, Maria Gravina Sr Sales Representative 303-506-0141 Maria@amsignalinc.com Fort Collins PURCHASE ORDER PO Number Page 9123910 6of8 number must appear ll invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency' s overall goal for DBE participation is 9.9 %. A separate contract goal [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph ( see 49 CFR 26.13(b)). The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor' s receipt of payment for that work from the City of Fort Collins . In addition, is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the City of Fort Collins and contractor' s receipt of the partial retainage payment related to the subcontractor' s work. d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill Il, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email: purchasing@fcgov.com Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 P-c-a lneaA5 Lades Sales co. Inc. TRAFFIC CONTROL SPECIALISTS www.gadeslraffic.COm CITY OF FORT COLLINS JOB NAME TRAFFIC PARTS We are pleased to offer the following quotation on the above mentioned Project ITEM # QTY DESCRIPTION 1 40 3x12 ALUMINUM SIGNALS -EMPTY 2 26 3x12 LOUVERED BACK PLATES -SIEMENS 3 3 24x24 - NO RIGHT TURN - OUTLINE LEDS 4 3 ALTERNATE - 24x24 FILLED LEDS 5 12 12x24 TRAIN SIGNS - NO MOUNTING 6 48 PED SIGNAL HOUSING CLAMSHELL 7 48 PED PUSH BUTTONS W/R10-3 LEFT/RIGHT NOTE 24x24 - NO RIGHT TURN SIGNS INCLUDE TOP -BOTTOM SOP MOUNTING HARDWARE DELIVERY INCLUDED QUOTE GOOD FOR 60 DAYS Please let me know if any further information is needed. Sincerely, JOHN SNIDER 06/21/12 PRICE TOTAL EXT $142.00 $5,680.00 $27.00 $702.00 $2,075.00 $6,225.00 $2,585.00 $7,755.00 $1,495.00 $17,940.00 $136.00 $6 528.00_�:S $85.00 $4,080.00 Vj i iu.l S, orti5t Signal: A 'Icnag;ng nlpj7i,''ky Origins in 1976 12965 SW Herman Rd. Tualatin, OR 97062 T: +1.503.635.4351 F: +1.503.635.4341 Date: June 22, 2012 Bid Date: June 22, 2012 Contact Rob Allman 303.990.0653 Project: Attn: Britney Sorensen City of Fort Colins - Traffic System Engineer Payment Terms: 0% Net30 Quote Validity: 30 DAYS Delivery 30 (Days after Receipt of Approved Submittals) Item Description gty Price ea. TOTAL 3 HS583B30OX Signal Housing 40 $208 $8,320 0700027E Visor 120 $18 $2,160 3 HS583E30OX Signal Housing 26 $208 $5,408 0700027E visor 78 $18 $1,404 4 Side of Pole Bracket 15. $372 $5,580 5 AS-0125-3-96 Astro-Brat Stellar Assy, 1-Way 3-Sec, 96" Galy Cable, Alum 26 $206 $5,356 9 t ; 24x24 NO RIGHT TURN SIGN £ % ;'' R,a } sY -3 t f $4 000 i . 12x24 (TRAIN) SIGN 1. 1990$12 $33DD r. $39'600T 10 4302-B-L -• PED HOUSING LEFT . -' 32 �$236 4302-B R PED HOUSING RIGHT 16 236 ..... $3,77 11 SE-2019-08.P29 48 $118 5,664 SF-1013-08-PNC 20 $24 $480 SF-1014-08-PNC 30 $24 $720 Notes Northwest Signal Terms and Conditions apply Northwest Signal is a Certified DBE Company: OR: 4591; WA: D21`1020913; ID: 49CFR26 Freight is FOB -Factory unless otherwise noted in writing All Poles are Galvanized (not painted) unless otherwise noted in writing NO TAXES of any kind are included unless otherwise noted in writing Our thanks for the opportunitV. We appreciate it.... NWS Activity Code: 23KTS395150 l ha, Quote larehp;RLOL* INC. Date 06/19/12 255 Weaver Park Road Quote No.: 13978 Unit# 100 Sales Person: Tenkely, David Longmont, CO 80504 Customer No.: FORC (303) 772-2787 Fax: (303) 776-1270 TSC Job Number: Y13978 w Ship Via: Fort Collins, City Of Attn: Accounting Department F.O.B. Origin g P O Box 580 Terms: Net 30 Fort Collins, CO 80522-0580 Quote Expires: 09/17/12 Cefe&rating 29 years of Customer Service Quantity I Item Number i Description Unit Price i Amount f 2 433-4W22-C121-NQ01 $ 131.25 $ 262.50 White Triangle 12" LED 48 PEDS-9 Y CD 2011 Pedestrian Signal, Yellow $ 258.20 $ 12393.60 2011 ITE Countdown Module Clamshell Mount 3 Trans -Tech LED Sign $ 2650.00 $ 7950.00 24'+x24" No Right Turn Symbol with Sun Visor 12 Trans -Tech LED Sign $ 1049.42 $ 12593.04 12"x24" Train Sign with Sun Visor -- — $ $ 32 PEDS-SIG YA CLAM DBA Pedestrian Signal, Empty $ ` 5:00�$00000, Yellow Aluminum, for Clam Aluminum Door, No Lens 32 PEDS-CLAM Y Clamshell Assembly, Yellow $ 0.00 $ 0.00 Aluminum LEFT 1111111 $ $ 16 PEDS-SIG YA CLAM DBA Pedestrian Signal, Empty 125;00 $ry . 2000:00_ Yellow Aluminum, for Clam Aluminum Door, No Lens Schedule an Ayyointment to See the New .above .Ground Detection (Intmector) Verbal E Mail Fax Estimated Lead Time ❑ ❑ ❑ ❑ One Week ❑ 2-3 Weeks ❑ 30-45 Days Authorized Signature Excluded Parties List System Page 1 of 1 Search - Current Exclusions EPLS Search I Resources > Advanced Search > Multiple Names > Exact Name and SSN/TIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts > Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login Search Results for Parties Excluded by Firm, Entity, or Vessel : Traffic Signal Controls I Classification : Firm State: COLORADO Country : UNITED STATES As of 09-Jul-2012 6:00 PM EDT Save to MyEPLS j ' Your search returned no results. i Back New Search Printer -Friendly > Search Help > Advanced Search Tips > Public User's Manual > FAQ > Acronyms > Privacy Act Provisions > News System for Award Management > (SAM) Reports >Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions >Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do;jsessionid=9C6FE1413B6DO59B60OD83668A32061E 7/9/2012 Small Purchase of: I�f c� oct p-4 — CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Contract File Comments Location 7) Independent Cost Estimate (? f The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification �`� �' Requirements This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 11) Organizational Conflict of Interest (OCI) �B If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the Co-XA f F f procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and �- accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with s ecific language. 14) Geographic Preferences d The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation The contract period of erformance for rolling N� stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 23) Price Quotations Price or rate quotations were obtained from (A f5 _ an adequate number of qualified sources. 24) Clear, Accurate, and Complete Specification A complete, adequate, and realistic `7 specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 41 ) Cost or Price Analysis Either a cost analysis or a price analysis was f �. performed and documented. The price was determined to be fair and reasonable. Price reasonableness based on: Price quotations. Previous purchase. Current price list or advertisement. Value Analysis — copy in file. 42) Written Record of Procurement History The file contains records detailing the history of this procurement. At a minimum, these PC records include: Z) (1) the rationale for the method of procurement, 1 (2) Selection of contract type, (3) reasons for contractor selection or rejection, and / S� f N,t f;r 4 the basis for the contract price. Excluded Parties Search EPS run and include in the file City of Forte t�Collins Date of Estimate: 6/18/2012 Contract Type: Material Bid Existing Contract or PO (YIN): N Independent Cost Estimate Description of Goods (A) or Services (B): Provide Signal Head Hardware (L-brackets) per City of Fort Collins specifications for the Mason two-way conversion have obtained the following estimate from: Prior City of Fort Collins Traffic Operations Jobs Published Price List / Past Pricing (date) Current as of 6/1812012 Engineering or Technical Estimate (performed by) Britney Sorensen Independent Third Party Estimate (performed by) Britney Sorensen Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) Quantity caw ncnm Cost ($/ea) ICost ($/ea) Data Source 1: City Engineering of Fort Collins Prior Product Estimate Purchase 1 Signal Head Hardware, L-Brackets 15 $ 900.00 $ 825.00 Source Notes 1: Prior City of Fort Collins purchase for brackets (5/26/11) 'Signature of Preparer: e�TRAFFIC iSIGNAL e1CONTROLS, INC. 255 Weaver Park Road Suite 100 Longmont, CO 80504 (303) 772-2787'Fax (303) 776-1270 Ship To: City of Fort Collins vos J.ratfic.Operations- 626 Linden Street Fort Collins, CO 80522 Bill To: Fort Collins, City Of Attn: Accounting Department P O Box 580 Fort Collins, CO 80522-0580 Celebrating 28 Years or Customer Service Quantity Part -Number Fieq Shipped B.O. 2 2 CON-1283000000 6 6 CON-LED-12YBTXL 3,000 3.000 SMH-190904ELLSALOY 2 2 SMH-19120912WSALNY 2 2 MSH-670119000015000B 2 2 MSH-030116OCTAYOALOO Invoice Date: 05/31/11 Invoice #: 61515 TSC Job #: Y 12122 Customer #: FORC Purchase Order # : 3211328 Purchase Order Date : 05/26/11 Ship Via: Best Method F.O,B. Origin Terms : Net 30 Description 12" Yellow Alum, 3-Section Empty, W/ Visors 12" Yellow Ball, Tinted XL ETL & ITE Compliant ------------------- _._. Side of Post,'AII•Ells ' Yellow; Universal Hull Plates Romove Hub Plates on (4) SOP's Slip Fitter, 1 and 2-Way Alum, Yellow; No Hardware Gasket, Black Pinnacle Flasher Cap, Octagonal, Yellow Aluminum, 1-1/2" x 1/2" 6 6 MSH-190907PLASTClWOY Signal Closure Kit Yellow Unit Price i Amount I � $ 151.00 S 302.00 S S_ S 58.52 S 351.12 $. , S. $ 55.00 "• $ 165.00' It_ ,• 5 S S 48.50 S 97.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 5 $ 3.00 $ 18.00 $ $ 2 2 PB-9 A15 EXT 15' AL Pole Assy, Natural $ 366.00 $ 732.00 Anchor Bolts, Extended Neck Base, Aluminum Pole, 8 Cap 1 1 1 PB-COLLAR Collar Assembly, Aluminum $ 53.00 $ 53.00 t ;:n, ! :.ui•._.; •r ; 2 Piece w/Set Screws ' For Standard•Squa're Base ;r 1 1 PB-COLLAR PELCO Collar Assembly, Aluminum $ 53.00 $ 53.00 3 Piece w/Set Screws For Standard Square Base Traffic Signal Controls, Inc. Retains Title to All Material Until Invoice is Paid in Full Service Charges wil be charged on Past Due Accounts Returns are subject to restocking charges Thank you for your business! City of Fort Collins Traffic Operations Price Analysis Worksheet Name of Contractor: Traffic Signal Controls Product: Signal Head Hardware, L-Brackets (Side of pole) Analysis: The price submitted by Traffic Signal Controls is -reasonable ($921.00). Total bid values between the next lowest quote (AM Signal) and Traffic Signal Controls differed by approximately 4% ($39.00). The highest bid (Northwest) was 5 times higher ($5,580.00) than the low bid. The current bid reflects an increase of approximately 10% in price for the hardware since our last purchase (same quantities would have cost $825.00). Traffic Signal Controls quoted a 30-45 day delivery which is reasonable. Price Analysis was conducted based on one or more of the following (documentation attached) ® Written quotations from 2 or more vendors AM Signal $ 960.00 Northwest $ 5,580.00 Tral ffic Signal Controls $ 921.00 ❑ Documented phone quotations (indication contact person, phone number) ❑ Published price lists from 2 or more vendors ® Previous purchases by Fort Collins of same, or similar items(s) from this or another vendor I L-Brackets (Side of Pole) 1 15 1 $ 825.00 1 $ 921.00 1 $ 96.00 1 ® Comparison to in-house estimate I L-Brackets (Side of Pole) 1 15 1 $ 900.00 1 $ 921.00 1 $ 21.00 1 ❑ Other Forte � t�ns Product Signal Head Hardware,. L•Brackets Price Analysis Analysis Details: (Estimate calculated in US Dollars) Cost of Standard Items Engineering Prior Estimate Purchase 15 $ 900.00 $ -825.00 $ It 000.00 $ 825.00 $ -2.3% -10.4% $ (21.00) $ (96.00) Advanced Traffic.Signal Low - Traffic, AM Signal Gades Leotek Nonhwest c Controls.. Low - Prior Estimate - $ 960.00 $ - $ $ 5,580.00 f ..921.00 $ 96.00 $ 21.00 - $ 960.00 $ - $ $ 5.580.00 {�„-�921.00 98.00 f. 21.00 4.2% 505.9 % $ 39.00 $. 4,659.00 _ --I- I. —_.._. - Fort Collins PURCHASE ORDER PO Number Page 9123910 7 of 8 This number must appear on all invoices, packing slips and labels. Line Description Quantity UOM Unit Price Extended Ordered Price with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By accepting this purchase order, the vendor or contractor certifies as follows: The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by James B. O'Neill II, CPPO City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com Total Invoice Address: .20 City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 9935 Titan Circle J09MSi,ia1,1nc. Littleton, CO 80 80125 Tel: 720-348-6925 Fax: 720-348-6950 Representing quality manufacturers of traffic related equipment June 22, 2012 City of Fort Collins Various Traffic Equipment and Devices Option 1 - Opticom - NO BID Option 2 - Pedestrian Poles - Total $6,106.70` Quantity 3 - 15' aluminum pedestrian pole "dark bronze" $286.75 ea. $860.10 Quantity 10 -10' aluminum pedestrian pole. "dark bronze" $192.45 ea. $1,924.50 Quantity 20 - aluminum pole caps "dark bronze: $16.98 ea. $339.60 Quantity 15 - aluminum pole bases "dark bronze" $136.50 ea. $2,047.50 Quantity 15 - aluminum pole collars "dark bronze" $62.35 ea. $935.00 *Anchor Bolts (if need) set of 4 (not included in price above) $31. 75 ea. Option 3 - Traffic Signal Housings - ITE Specifications - Total $7, 645.00 Quantity 40-3-section, 12" yellow aluminum heads with ctb and visors $170.65 $6, 826.00 Quantity 26-3-section, 12" black aluminum louvered back plates $31.50 $819.00 Option 4 - Signal Head Hardware - SOP (top/bottom) - T al 960.00 Quantity 15 - Yellow Side of Pole 1 bracket" (sp-5420) $64. ea. $960.00 Option 5 - Signal Head Hardware - Pelco Astro Brac - Total $3,268.20 Quantity 26 - 3 section astro brae with bands $125.70 ea. $3,268.20 Option 6 - LED's - ITE Specification/Buy American Certification - Total Quantity 31 - 12" Green Incandescent Ball $56.25 ea. $1,736.00 Quantity 31 - 12" Yellow Incandescent Ball $55.00 ea. $1, 705.00 Quantity 31 - 12" Red Incandescent Ball $43.75 ea. $1,356.25 Quantity 14 -12" Yellow Arrow $51.25 ea. $717,50 Quantity 7 - 12" Red Arrow $41.25 ea. $288.75 Option 7 - Transit LED's - ITE/MUTCD Specification - Total $687.80 $5, 803.50 Quantity 2 - 12" Transit/RR Signal LED - Horizontal White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED - Vertical White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED — Triangle White $115.40 ea. $230.80 Option 8 — Countdown Pedestrian Signals — ITE Specification/Buy America Certification Total $7,560.00 Quantity 48 — 16" Countdown Pedestrian LED with Glare Resistant Face $157.50 $7560.00 OPTION 9 — Blank Out Signs — ITE/MUTCD specification with Auto Dimming — Total determined by selection Quantity 3 — 24"X 24" No Right Turn Symbol (R3-1) $2,695.00 ea $8,085.00 Quantity 12 —12"X 24" TRAIN— Single stroke — white LED $1,970.00 ea $23,640.00 Double stroke — white LED $2,200.00 ea $26,400.00 Option 10 — Pedestrian Signal Housing — ITE Specification — Total $8,611.20 Quantity 32 — Left Clamshell, Yellow — Aluminum (no Zcrate) $179.40 ea $5, 740.80 Quantity 16 — Right Clamshell Yellow -Aluminum (no Zcrate) $179.40 ea $2, 870.40 Option 11 — Pedestrian Push Buttons Station/Signs — Total $4,563.20 Quantity 48 — Pe/co 9"X 12" PB Station w/Cable Guide, Yellow $78.40 ea $3, 763.20 Quantity 20 — Push Button for walk sign 9X12: Right (R10-3) $16.00 ea $320.00 Quantity 30 — Push Button for walk sign 9X12 Left (R10-3) $16.00 ea $480.00 Thanks for the opportunity to quote this material All materials quoted are ITE/MUTCD and USA Manufactured with the exception of the Transit LEDs. Pricing good through August 15, 2012 All Pricing Includes Freight Please contact me with any questions or concerns. Best Regards, Maria Gravina Sr Sales Representative 303-506-0141 Maria@amsignalinc.com R SD !� Northwest Signal: d;!:3!1 G g;,,9 JAG Ni 9. Origins in 1976 12965 SW Herman Rd. Tualatin, OR 97062 T: +1,503.635.4351 F: +1.503.635.4341 Date: June 22, 2012 Bid Date: June 22, 2012 Contact Rob Allman 303.990.0653 Project: Attn: Britney Sorensen City of Fort Colins - Traffic System Engineer Payment Terms: 0% Net30 Quote Validity: 30 DAYS Delivery 30 (Days after Receipt of Approved Submittals) Item Description Otty Price ea. TOTAL 3 HSS83B30OX Signal Housing 40 $208 $8,320 0700027E Visor. 120 $18 $2,160 3 HSS83E300X Signal Housing 26. $208 $5,408 0700027E visor 4 78 $18 $1,404 $372 $5,580 4 Side of Pole Bracket 15 ' .. 5 AS-0125-3-96 Astro Brac_Stellar Assy, 1-Way 3-Sec 96 Galy Cable, Alum 26 $206 $5 356 9 :24x24N0.RIGHTTURNSIGN ` 3 f 0 ' $ 21 000,:' a 12x24 (TRAIN) SIGN V s Y_ i` x 12 " {5 $3 300 r_ $39 600 .. . ., o? ` yy 10 4302-B-L . , 'PED HOUSING LEFT, _ _ . ,32 $236 $7,552 4302-8-R PED HOUSING RIGHT 16.- $236 . $3,776 11 5E-2019-08-P29 48 $118 $5,664 SF-1613-O8-PNC 20 $24 $480 SF-1014-08-PNC 30 $24 $720 Notes Northwest Signal Terms and Conditions apply Northwest Signal is a Certified DBE Company: OR: 4591; WA: D2F1020913; ID: 49CFR26 Freight is FOB -Factory unless otherwise noted in writing All Poles are Galvanized (not painted) unless otherwise noted in writing NO TAXES of any kind are included unless otherwise noted in writing Our thanks for the opportunity. We appreciate it ...NWS Activity Code: 23FCTS395150 ►1 Quote IrRAFFIC SIGNAL Date : 06/19/12 CONTRMS, INC. Quote No.: 13978 255 Weaver Park Road Unit# 100 Sales Person : Tenkely, David Longmont, CO 80504 Customer No.: FORC (303) 772-2787 Fax: (303) 776-1270 TSC Job Number: Y13978 Ship Via: Fort Collins, City Of Attn: Accounting Department F.O.B. Origin P O Box 580 Terms: Net 30 Fort Collins, CO 80522-0580 Quote Expires: 09/17/12 Celebrating 29 years of Customer Service Quantity 1 Item Number Description Unit Price i Amount 15.000 SMH-190904ELLSALOY Side of Post, All Ells $ 61.40 $ 921.00 Yellow, Universal Hub Plates ------- -------------- -- $ $ 26 SMH-19112503WS0059 Sky Bracket, 3-Section $ 97.50 S 2535.00 59" Band wl 46" Pole ---- --- ------- ----- - $ $ 31 D-LED-12GBTXL 12" Green Ball, Tinted XL $ 35.32 $ 1094.92 ETL & ITE Compliant. 31 D-LED-12YBTXL 12" Yellow Ball, Tinted, XL $ 33.32 $ 1032.92 ETL & ITE Compliant 31 D-LED-12RBTXL 12" Red Ball, Tinted XL $ 27.50 $ 852.50 ETL & ITE Compliant 14 D-LED-12YATXOD 12" Yellow Arrow, Tinted $ 32.19 $ 450.66 Omni, ETL & ITE Compliant 7 D-LED-12RATXOD 12" Red Arrow, Tinted $ 31.88 $ 223.16 Omni, ETL & ITE Compliant --------------- ----------- $ $ 2 433-3W22-C121-NQ01 $ 131.25 $ 262.50 Horizontal White Bar 12" LED 2 433-2W22-C121-NQ01 $ 131.25 $ 262.50 Vertical White Bar 12" LED Schedule an .Appointment to See the New .above Ground Detection (Intersector) Verbal E Mail Fax Estimated Lead Time 0 One Week n 2-3 Weeks n 30-45 Days Authorized Signature Excluded Parties List System Page 1 of 1 Search - Current Exclusions > Advanced Search > Multiple Names > Exact Name and SSN/TIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts > Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login Excluded Parties;Ii®r Search Results for Parties Excluded by Firm, Entity, or Vessel : Traffic Signal Controls Classification : Firm State: COLORADO Country : UNITED STATES As of 09-Jul-2012 6:00 PM EDT Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly Resources > Search Help >Advanced Search Tips > Public User's Manual >FAQ > Acronyms > Privacy Act Provisions > News System for Award Management > (SAM) Reports >Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions > Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epis.gov/epls/search.do;jsessionid=9C6FE1413B6DO59B60OD83668A32061E 7/9/2012 City of ort gEthns Dale of Estimate: 6/18/2012 Contract Type: Material Bid Existing Contract or PO (Y/N): N. Independent Cost Estimate. Description of Goods (A) or Services (B): Provide Blankout Signs per City of Fort Collins speci8cations.for the Mason two-way conversion 1 have obtained the following estimate from: Prior City of Fort Collins Traffic Operations Jobs, CDOT Cost Data Book Published Price List / Past Pricing (date) Current as of 6/18/2012 Engineering,or Technical Estimate (performed by) Britney Sorensen Independent Third Party Estimate (performed by) Britney Sorensen Other ('specify) Cost Estimate Details: (Estimate calculated in US Dollars) r•�.�• ..r c•�..en.d ee...a Ouantit Cost ($lea) Cost ($/ea) Cost ($/ea) Product Engineering Estimate Data Source 1: City of Fort Collins Prior Purchase Data Source 2: CDOT Cost Data Book Blankout Sign, No Right Turn Symbol, 24" x 24" 3 $ 7,500.00 $ 7,125.00 $ 8,100.00 Blankout Sign, TRAIN work, 12"x 24" 12 $ 14,400.00 $ 11,700.00 $ 32,400.00 Source Notes 1: Prior City of Fort Collins purchase/quotes. for blank_out signs (6/29109,.1126/10) 2: CDOT Cost Data Book (2011) Signature of Preparer. Signal, Inc. 9935 TITAN PARK CIRCLE LITTLETON, CO 80125 Bill To CITY OF FORT COLLINS TRAFFIC OPERATIONS 626 LINDEN ST FORT COLLINS, CO 90524 Invoice Data Invoice # 6/29/2009 M6097 rtner112'U9JUL 711:55 P.O. Number Terms Rep F.O.B. Project 8062 NET 30 MEG Destination 8062 Quantity Description Price Each Amount 10 NO LEFT TURN -SYMBOL - 24X24 Blank out sign, outlined 2,375.00 23,750.00 symbol, powder coated black, progressive dimming, drilled for mount, no left turn 10 AB4153-2-56 - 2 SEC, 37 INCH TUBE, 56 INCH BANDS 0.00 0.00 YOU FOR YOUR ORDER! 5,2',Wa3r15= -TIds- Make all checks payable to AM Signal, Inc. 9935 Titan Park Circle, Littleton, CO 80125 Phone # Fax# Web Site 720-348-6925 720-348-6950 www.amsignalinc.com Subtotal $23,750.00 Sales Tax (0.0%) s0.00 Total - $23,750.00 ♦ TRAFFIC SIGNAL .. CONTROLS, INC. 255 Weaver Park Road Unit# 100 Longmont, CO 80504 Phone:;303) 772-2787 Fax: (303) 776-1270 Quote To: Fort Collins, City Of Attn: Accounting Department P0Box 580 Fort Collins, CO 80522-0580 QUOTE Customer ID: FORC Customer Phone #: (970) 224-6103 Customer Fax: Quote No : 10018 Purchase Order #: Ship To: City of Fort Collins Traffic Operations- 626 Linden Street .Fort Collins, CO 80522 QUOTE DATEISHIP VIA F.O.B. TERMS 01/26/10 Best Method Origin Net 30 EXPIRATION DATE SALES PERSON REQUIRED DATE JOB # 05/26/10 Shelley J. Johnson 01/26/10 Y 10018 QUANTITY REQUIRED ITEM NUMBER DESCRIPTION UNIT PRICE AMOUNT 1 Direct -View LED Illuminated 975.00 975.00 Blank Out Sign "TRAIN' in White LEDs 10" H x 24" W x 2.5" D 1 Direct View LED Illuminated 2200.00 2200.00 Blank Out Sign "No Left Turn Symbol' 24" H x 24"W x 2.5"D 1 Direct -View LED Illuminated 2200.00 2200.00, Blank Out Sign "No Right Turn Symbol" 24"Hx24"Wx2.5"D DELIVERY: 4 Weeks after receipt of order. 5375.00 5375.00 / A (� i q -75 -=- � \\ "100 SENT VIA: ❑ Verbal ❑ E Mail Estimated Lead Time ❑ 1 week ❑ 2 to 3 weeks 0 30 to 45 days FAX AUTHORIZED SIGNATURE: Thank You I Colorado Department of Transportation 14:25 Monday, March 12, 2012 25 2011 Cost Data INDEX AND AVERAGE UNIT BID PRICES FOR 01/01/11 THROUGH 12/31/11 ------------------------------------------------------------------------------------------------------------------------------------ ITEM NUMBER ------------------------------------------------------------------------------------------------------------------------------------ ITEM TOTAL QUANTITY UNIT TOTAL COST AVERAGE -PRICE 614-03005 Concrete Footing (Type 5) 2 Each 5,000.00 2,500.00 614-03006 Concrete Footing ('Type 6) 4 Each 9,082.50 2,270.63 614-03007 Concrete Footing (Type 7) 16 Each 12,000.00 1,200.00 614-03100 Concrete Footing ('Traffic Signal Pole), 4 Each 9,924..00 2,481.00 614-07000 Mask Sign Legend 3 Each 1,410.12 470.04 614-10115 Dynamic Message Sign (Color LED)(Overhead). 1 Each 275,000.00 27.5,000.00 614-10120 Variabie� Message Sign 1. Each 80,408.00 80,40B_00 614-10125 Variab Le Message Sign (GroundMounted) 8 Each 826,273.04 103,284.13 614-10128 Blankout Sign (Fiber Optic) 4 Each 36,000.00 '9,000.00 614-10130 Illuminated Sign 2 Each 5,400.00 700.00 614-10139 Radar Speed Display Sign (LED) 2 Each 22,000.00 11,000.00= v 614-10147 Variable Message Sign LED (Overhead) 4 Each 544,963.00 136,240.75 614-10148 Variable. Message Sign LED (Speed Radar) 3 Each 79,362.00, 26,454 00 614-10160 Signal Head Backplates 65 Each 11,505.00 177.00 614-30110 But Structure 7 Each 152,832.56 21,833.22 614-31800 Monotube Overhead Sign Cantilever (18 Inch Diameter) 1 Each 22,200.00 22,200.00 614-32000 Monotube Overhead Sign. Cantilever (20 Inch Diameter) 3 Each 77,700.00 25,900.00 614-32400 Monotube Overhead Sign Cantilever (24 Inch Diameter) 15 Each 583,149'.17 38,876.61 614-41400 Monotube Overhead Sign 'Bridge (14 Inch Diameter) 1 Each :37, 300.00 37,300.00 614-41800 Monotube Overhead Sian Btidge:�(.18 inch Diameter) 1 Each 45,•000.00 45,000.00 614-42000 Monotube Overhead Sign Bridge (20Inch Diameter) 5 Each 250,800.00 50,160.00 614-42400 Monotube, Overhead Sign Bridge (24 Inch Diameter) 4 Each 271,9.10.71 67,977.68 614-70117 Pedestrian Signal Face(16). 26 Each 12,540.96 482.34 614-70150 Pedestrian Signal Face•(16) (Countdown) 117. Each 61,096.00 522.19 614-70216 Traffic Signal Face (8-8) .4 Each 2,.600.,00 650.00 614-70328 Traffic Signal Face (12-8-8) 4 Each 3,120.00 780.00 6i4-70336 Traffic.Signal Face (12-12-.12) 322 Each 220,542..08 684.91 614-76448 Traffir.Signal Face (12-12-12-12) 93 Each 97,128.00 1,044.39 614-7.0560 Traffic Signal Face (12-12-12712-12) 46 Each 48,�619.88 1,056.95 614-72830 Communications Cabinet 1 Each 11,400.00' 11,400.00 614-72831 Communications Cabinet (Type 1) 18 Each 79,038.00 4,391.00 ,614-72832 Communications Cabinet (Type 2) 3 Each '20,306.79, 6,768.93 614-72855 Traffic Signal Controller Cabinet 15 Each 144, 235.90 9,615.73 614-72858 Pedestal Pole (3 Foot 6 Inch) 1 Each 1,000.00 1,000,00 614-72860 'Pedestrian Push Button 93 Each 20,456.88 219.97 G14-72866 Fire, Preemption Unit and Timer 18 Each 61,750.0& 3,430.56 614-72871 Loop Detector Wire (Prefab) Special 15,749 Lin Foot 77,882.60 4.95 -614-72875 Loop Detector Wire 41,082 Lin Foot. 135,769.02 3.30 City, of o- r-t C-ollin Traffic Operations Price Analysis Worksheet Name of Contractor: Traffic Signal Controls Analysis: The price submitted by Traffic Signal Controls is reasonable ($20,543.04). Total bid values between the next lowest quote (Gades Sales) and Traffic Signal Controls differed by 25% ($5,151.96). The highest bid (Northwest Signal) was more than 150% higher ($31,056.96) than the low bid. The current bid reflects slight increase in price for the signs since our last purchase ($18,825): Traffic Signal Controls quoted a 3045 day delivery which is reasonable. Price Analysis was conducted based on one or more of the following (documentation attached). ® Written quotations from 2 or more vendors AM Signal $ 31,725.00 Gades Sales $ 25,695.00 Northwest $ 51,600.00 Traffic Signal Controls $ 20,543.04 ❑ Documented phone quotations (indication contact person, phone number) ❑ Published price lists from 2 or more vendors. ® Previous purchases by Fort Collins of same or similar items(s) from this or another vendor 2009 Sign Prices Quantity 2009 Price Current Low Bid Cost Difference: Blankout No Right 3 $ 7,125.00 $ 7,950.00 $ 825.00 Blankout TRAIN 12 $ 11,700.00 $ 12,593.04 $ 893.04 ® Comparison to in-house estimate Estimate Quantity Estimated Cost Current Low Bid Cost Difference Blankout No Right 3 $ 7;500.00 $ 7,950.00 $ 450.00 Blankout TRAIN 12 $ 14,400.00 $ 12,593.04 $ 1,806.96 ❑ Other Purchase Order Terms and Conditions Page 8 of 8 I. COMMERCIALDEFAILS. Tax exemptions. By statute the City of Fort Collins is exempt factor smite and local taxes. Our Exemption Number is I L NONWAIVF.R. 98-04502. Federal Excise Tax Exemption Certificate of Registry 84-60005g7 is registered with the Collector of Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to Internal Revenue, Denver, Colorado (Ref. Colorado Revised Searles 1973, Chapter 39-26, 114 (a). exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance of or payment for goals hereunder or approval of the design, shall not release the Seller of Goods Rejected. GOODS REJECTED due to failure to at specifications, either when shipped or due to defects of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the damage in transit, may be returned to you for credit and are not to be replaced except upon receipt of women purchaser to insist upon strict performance hereofor any of its rights or remedies as to any such gook, regardless instructions from the City of Fort Collins. of when shipped, received or accepted. as to any prior or subsequent default hereunder, nor shall any purported am] modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms Inspection. GOODS are subject to the City of Fort Collins inspection on arrival. hereof. Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in 12. ASSIGNMENT OF ANTITRUSTCLAIMS. authorized payment on the pan of the City of Fort Collins. However, it is to be understood that FINAL Seller and the Purchaser recognize that in rental economic practice, overcharges resulting from antitrust ACCEPTANCE is dependent upon completion of all applicable required inspection procedures. violations are in fact home by the Purchaser. Theretofore, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hererfter Freight Terns. Shipments must be F.O.B., City of Fon Collins, 700 Wood St, Fort Collins, CO 80522, unless acquired under federal or state antitrust laws for such overcharges relating to the particular goods or services otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight purchased or acquired by the Purchaser pursuant to this purchase order. bill most accompany invoice. Additional charges for packing will not be accepted. Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when shipments are made from greater distance. Permits. Seller shall procure at sellers sole cost all necessary permits, certificates and licenses required by all applicable laws, regulations, ordinances and tales of the state, municipality, territory or political subdivision where the work is performed, or required by any other duly constituted public authority having jurisdiction over the work of vendor. Seller further agrees to hold the City of Fon Collins harmless from and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, rules and requirements. Authorization. All parties to this contract agree that the representatives are, in fact, bona fide and possess full and complete authority to bind said parries. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terra and conditions stated herein set forth and any supplementary or additional terms and conditions annexed hereto or incorporated herein by reference. Any additional or different terms and conditions proposed by seller arc objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately ifyou cannot make complete shipment to arrive on your promised delivery date m noted Time is of the essence. Delivery and perfom mince must be effected within the time stated on the purchase order and the documents anached hereto. No acts of the Purchasers including, without limitation, acceptance of partial late deliveries, shall operate m a waiver of this provision. In the event of any delay, the Purchaser shall have, in addition to other legal and equitable remedies, the option of placing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which are beyond its reasonable control and without its fault of negligence, such was of God, acts ofeivil or military authorities, governmental priorities, fires, strikes, Hood, epidemics, wars or riots provided that notice of the conditions causing such delay is given to the Purchaser within five (5) days of the time when the Seller first received knowledge thereof. In the event of any such delay, the date of delivery shall be extended for the period equal to the time actually lost by reason of the delay. 3. WARRANTY. The Seller warrants that all gook, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and performed with the highest degree of care and competence in accordance with accepted standards for work of a similar nature. The Seller agrees to hold the purchaser harmless from my loss, damage or expense which the Purchaser may suffer or incur on account of the Sellers breach of warranty. The Seller shall replace, repair or make goal, without cost to the purchaser, any defects or faults arising within one (1) year or within such longer period of time as may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect or defective work done or materials famished by the Seller. Acceptance or use of goods by the Purchaser shall not constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties or guarantees, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR M ERC HANT'AD I LITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser may make changes to legal terms by written change order. 5. CHANGES IN COMMERCIAL TERMS. The Purchaser may make any changes to the terms, other than legal terms, including additions to or deletions from the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such change affects the amount due or the time of performance hereunder, an equitable adju, unem shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement m to any or all portions of the gook then not shipped, subject to any equitable adjustment between the parties as to any work or materials then in progress provided that the Purchaser shall not be liable for my claims for anticipated profits on the uncompleted portion of the goads and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of the Seller with respect to my goods which are the Sellers standard stock. No such termination shall relieve the Purchaser or the Seller of any of their obligations as to my goals delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be asserted within thirty (30) days from the date the change or termination is ordered. S. COMPLIANCE WITH LAW. The Seller warrants that all goods sold hereunder shall have been produced, sold, delivered and famished in strict compliance with all applicable laws and regulations to which the gook are subject. The Seller shall execute and deliver such documents as may be required to effect or evidence compliance. All laws and regulations required to be incorporated in agreements of this character are hereby incorporated herein by this reference. lime Seller agrees to indemnify and hold the Purchaser harmless from all costs and damages suffered by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither party shall assign, transfer, or convey this order, or any monies due or to become due hereunder without the prior written consent of the other party. 10. TITL E. The Seller warrants full, clear and unrestricted title to the Purchaser for all equipment, materials, and items famished in performance of this agreement, free and clear of any and all lies, restrictions, reservations, security interest encumbrances and claims of others. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. Ifthe Purchaser directs the Seller to correct nonconforming or defective goods by a date to be agreed upon by the Purchaser and the Seller, and the Seller thereafter indicates its inability or unwillingness to comply, the Purchaser may cause the work to be performed by the most expeditious means available to it, and the Seller shall pay all costs associated with such work. The Seller shall release the Purchaser and its contractors of any tier fmm all liability and claims of any nature resulting from the performance of such work. This release shall apply even in the event of fault of negligence of the party released and shall extend to the directors, omicers and employees of such party. The Seller's contractual obligations, including warranty, shall not be deemed to be reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, the Seller shall indemnify and save harmless the Purchaser from any and all claims for infringement by reason of the use of such patented design, device, material or process in connection with the contract, and shall indemnify the Purchaser for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution or after the completion of the work. In case said equipment, or any part thereof or the intended use of the goods, is in such suit held to constitute infringement and the use of said equipment or pan is enjoined, the Seller shall, at its own expense and at its option, either procure for the Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but noninfringing equipment, or nwdify it so it becomes noninfringing. 15. INSOLVENCY. If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a receiver or trustee for any of the Sellers property or business, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. The definitions of terms used or the interpretation of the agreement and the rights of all parties hereunder shall be construed under and governed by the laws of the State of Colorado, USA. The fallowing Additional Conditions apply only in cases where the Seller is to perform work hereunder, including the services of Sellers Reprmentative(s), on the premises ofothers. 17. SELLERS RESPONSIBILITY. The Seller shall carry on said work at Sellers own risk until the same is fully completed and accepted, and shall, in case of any accident, destruction or injury to the work and/or materials before Sellers final completion and acceptance, complete the work at Sellers own expense and to the satisfaction of the Purchaser. When materials and equipment are famished by others for installation or erection by the Seller, the Seller shall receive, unload, store and handle same at the site and become responsible therefor as though such materials and/or equipment were being fumished by the Seller under the order. 18. INSURANCE, The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational disease benefits, to its employees employed on or in connection with the work covered by this purchase order, and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited to, contractual and automobile public liability insurance with bodily injury and death limits of at least S300,000 for any one person, $500,000 loot any one accident and property damage limit per accident of S400,000. The Seller shall likewise require his contractors, if any, to provide for such compensation and insurance. Before my of the Sellers or his contractors employees shall do any work upon the premises of others, the Seller shall furnish the Purchaser with a certificate that such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance have been provided Such certificates shall specify the date when such compensation and insurance expires. The Seller agrees that such compensation and insurance shall be maintained until after the entire work is completed and accepted. 19. PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Seller hereby assumes the entire responsibility and liability for my and all damage, loss or injury ofany kind or nature whatsoever to persons or property caused by or resulting from the execution of the work provided for in this purchase order or in connection herewith. The Seller will indemnify and hold harmless the Purchaser and any or all of the Purchasers aIicers, agents and employees from and against any and all claims, losses, damages, charges or expenses, whether direct or indirect, and whether to persona or property to which the Purchaser may be put or subject by reason of any act, action, neglect, omission or default on the part of the Seller, any of his contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers, agents or employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same at the Sellers can expense, to pay any and all costs, charges, attorneys fees and other expenses, any and all judgments that may be inured by or obtained against the Purchaser or any of its or their officers, agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser, or said panics in or as a result of such suits or other proceedings, the Seller will at once cause the same to be dissolved and discharged by giving band or otherwise. The Seller and his contractors shall take all safety precautions, furnish and install all guards necessary for the prevention of accidents, comply with all laws and regulations with regard to safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all tales and regulations issued pursuant thereto. Revised 03/2010 Forte City t� of Price Analysis Analysis Details: (Estimate calculated in US Dollars) Cost of Standard Items Engineering Prior CDOT Cost Advanced ' TraKo�Signal°� Product. Estimate Purchase Data Book Traffic AM Signal Gades Leotek Northwest . Controls Blankout Sign, No Right Turn Symbol, 24" x 24" 3 $ 7.500.00 $ 7.125.00 $ 8.100.00 $ - $ 8.085.00 $ 7,755.00 $ - $ 12,000.00 $ `7,950.00 .12,563.64 Blankout Sign, TRAIN work, 12" x 24" 12 $14,400.00 $11,700.00 $ 32,400.00 $ - $ 23.640.00 $ 17,940.00 $ - $ 39,600.00 .$ Total $21,900.00 $18.825.00 $40.500.00 $ $31,725.00 $ 25,695.00 $ - $ 51,600.00 $,-20,543.04 6.6% -8.4% 97.1% 54.4% 25.1% 151.2% :' -+%'O 0% $ 1,356.96 $ (1,718.04) $19.956.96 $ 11.181.96 $ 5,151.96 $ 31,056.96 AL '. - o OSi-11 gnC1-l9 Inc. Representing quality manufacturers of traffic related equipment June 22, 2012 City of Fort Collins Various Traffic Equipment and Devices Option 1 - Opticom - NO BID Option 2 - Pedestrian Poles - Total $6,106.70* _9935 Titan -Park Circle --------I Littleton, CD 80125 Tel: 720-348-69 25 Fax: 720-348-6950 Quantity 3 - 15' aluminum pedestrian pole "dark bronze" $286: 75 ea. $860.10 Quantity 10 -10' aluminum pedestrian pole "dark bronze" $192.45 ea. $1,924.50 Quantity 20 - aluminum pole caps "dark bronze: $16.98 ea. $339.60 Quantity 15 - aluminum pole bases "dark bronze" $136.50 ea. $2,047.50 Quantity 15 - aluminum pole collars "dark bronze" $62.35 ea. $935.00 *Anchor Bolts (if need) set of 4 (not included in price above) $31.75 ea. Option 3 - Traffic Signal Housings - ITE Specifications - Total $7,645.00 Quantity 40-3-section, 12" yellow aluminum heads with ctb and visors $170.65 Quantity 26-3-section, 12" black aluminum louvered back plates $31.50 Option 4 -Signal Head Hardware -SOP (top/bottom) -Total $960.00 Quantity 15 -Yellow Side of Pole 1 bracket" (sp-5420) $64.00 ea. $960.00 Option 5 - Signal Head Hardware - Pe/co Astro Brac - Total $3,268.20 Quantity 26 - 3 section astro brac with bands $125.70 ea. $3,268.20 Option 6 - LED's - ITE Specification/Buy American Certification - Total Quantity 31 - 12" Green Incandescent Ball $56.25 ea. $1, 736.00 Quantity 31 - 12" Yellow Incandescent Ball $55.00 ea. $1, 705.00 Quantity 31 - 12" Red Incandescent Ball $43.75 ea. $1,356.25 Quantity 14 -12" Yellow Arrow $51.25 ea. $717.50 Quantity 7 - 12" Red.Arrow $41.25 ea. $288.75 Option 7 - Transit LED's - ITE/MUTCD Specification - Total $687.80 $6, 826.00 $819.00 $5, 803.50 Quantity 2 - 12" Transit/RR Signal LED - Horizontal White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED - Vertical White Bar $114.25 ea. $228.50 Quantity 2 - 12" Transit/RR Signal LED — Triangle White $115.40 ea. $230.80 Option 8 — Countdown Pedestrian Signals — ITE Specification/Buy America Certification Total $7,560.00 Quantity 48 — 16" Countdown Pedestrian LED with Glare Resistant Face $157.50 $7560.00 OPTION 9 — Blank Out Signs — ITE/MUTCD specification with Auto Dimming — Total determined by selection Quantity 3 — 24"X 24" No Right Turn Symbol (R3-1) $2, 695.00 ea $8,085.00 Quantity 12 —12" X 24" TRAIN — Single stroke — white LED $1,970.00 ea $23,640.00 Double stroke — white LED $2,200.00 ea $26,400.00 Option 10 — Pedestrian Signal Housing — ITE Specification — Total $8,611.20 Quantity 32 — Left Clamshell, Yellow — Aluminum (no Zcrate) $179.40 ea $5, 740.80 Quantity 16 — Right Clamshell Yellow -Aluminum (no Zcrate) $179.40 ea $2,870.40 Option 11 - Pedestrian Push Buttons Station/Signs — Total $4,563.20 Quantity 48 — Pelco 9"X 12" PB Station w/Cable Guide, Yellow $78.40 ea $3, 763.20 Quantity 20 — Push Button for walk sign 9X12: Right (R10-3) $16.00 ea $320.00 Quantity 30 — Push Button for walk sign 9X12 Left (R10-3) $16.00 ea $480.00 Thanks for the opportunity to quote this material. All materials quoted are I.TE/MUTCD and USA Manufactured with the exception of the Transit LSD's. Pricing good through August 15, 2012 All Pricing Includes Freight Please contact me with any questions or concerns. Best Regards, Maria Gravina Sr Sales Representative 303-506-0141 Maria@amsignalinc.com Lades Sales co. inc. TRAFFIC CONTROL SPECIALISTS w:ver.gadestraffic.corn CITY OF FORT COLLINS JOB NAME TRAFFIC PARTS 06/21/12 We are pleased to offer the following quotation on the above mentioned Project ITEM # QTY DESCRIPTION PRICE TOTAL EXT 1 40 3x12 ALUMINUM SIGNALS -EMPTY $142.00 $5,680.00 2 26 3Xl2.LOUVERED BACK PLATES -SIEMENS $27.00 $702.00 3 3 24x24 - NO RIGHT TURN - OUTLINE LEDS $2,075.00 $6,225.00 4 3 ALTERNATE - 24x24 FILLED LEDS $2,585.00 $7,755.00 5 12 12x24 TRAIN SIGNS - NO MOUNTING $1,495.00 $17,940.00 6 48 PED SIGNAL HOUSING CLAMSHELL $136.00 $6,528.00 7 48- PED PUSH BUTTONS W/R10-3 LEFT/RIGHT $85.00 $4,080.00 NOTE 24x24 - NO RIGHT TURN SIGNS INCLUDE TOP -BOTTOM SOP MOUNTING HARDWARE DELIVERY INCLUDED QUOTE GOOD FOR 60 DAYS Please let me know if any further information is needed. Sincerely, JOHN SNIDER @.ylrs Origins in 1976 Sil ,�� : STualatin, 12965 SW Herman Rd. OR 97062 ;!t3nCging m ni;;; y- T: +1.503.635.4351 F: +1.503.63S.4341 Date: June 22, 2012 Bid Date: June 22, 2012 Contact Rob Allman 303.990.0653 Project: Attn: Britney Sorensen City of Fort Colins - Traffic System Engineer Payment Terms: 0% Net30 quote Validity: 30 DAYS Delivery 30 (Days after Receipt of Approved Submittals) Item Description gty Price ea. TOTAL 3 HSS838300X Signal Housing 40 $208 $8,320 0700027B Visor 120 $18 $2,160 3 HSS83E300X Signal Housing 26' $208 $5,408 0700027E visor 78 $18 $1,404 4 Side of_Pole Bracket 15 $372 $5,580 5 AS-0125-3-96 Astro-Brat Stellar Assy, 1-Way 3-Sec, 96" Galy Cable, Alum 26 $206 $5,356 9 . �4x24 N0 RIGHT TURN SIGN 3 i 54 000 f �,$12,000 '- r 12X24:(TRAIN) SIGN 300 M10 , v 1` 4302-13-1_ PED HOUSING LEFT 32. $236- $7,552 .' 4302-B-R PED HOUSING RIGHT 16 $236 $3,776, 11 SE-2019-08-P29 48 $118 $5,664 SF-1013-08•PNC 20 $24 $480 SF-1014-08-PNC. 30 $24 $720 �J1,r90i� (Z Notes Northwest Signal Terms and Conditions apply Northwest Signal is a Certified DBE Company: OR: 4591; WA: D2F1020913; ID: 49CFR26 Freight is FOB -Factory unless otherwise noted in writing All Poles are Galvanized (not painted) unless otherwise noted in writing NO TAXES of any kind are included unless otherwise noted in writing Our thanks for the opportunity. We appreciate it.... NWS Activitv Code: 23FCTS395150 i Quote FFI [.1SI NA4 Date : 06/19/12 00ONTRGLS, INC. Quote No.: 13978 255 Weaver Park Road Unit# 100 Sales Person : Tenkely, David Longmont, CO 80504 Customer No.: FORC (303) 772-2787 i Fax: (303) 776-1270 TSC Job Number: Y13978 Ship Via: Fort Collins, City Of Attn: Accounting Department to F.O:B. Origin g P O Box 580 Terms: Net 30 Fort Collins, CO 80522-0580 Quote Expires : 09/17/12 Cei(e6ratin© 29 Years of Customer Service Quantity ! Item Number i Description P Unit Price I Amount 2 433-4W22-C121-NQ01 i $ 131.25 $ 262.50 White Triangle 12" LED ---------- — -------------- — S S 48 PEDS-9 Y CD 2011 Pedestrian Signal, Yellow $ 258.20 $ 12393.60 2011 ITE Countdown Module Clamshell Mount — -------------------------- $ $ 3 Trans -Tech LED Sign 0.00 $ 24"x24" No Right Turn Symbol with Sun Visor L$1 j 12 Trans -Tech LED Sign 9.42 $ 1 12"x24" Train Sign with Sun Visor - ----- $ $ �l543 `04 32 PEDS-SIG YA CLAM DBA Pedestrian Signal, Empty S 125.00 $ 4000,00 Yellow Aluminum, for Clam Aluminum Door, No Lens 32 PEDS-CLAM Y Clamshell Assembly, Yellow $ 0.00 $ 0.00 Aluminum LEFT I!Illl! ---------------------------- $ $ 16 PEDS-SIG YA CLAM DBA Pedestrian Signal, Empty $ 125.00 $ 2000.00 Yellow Aluminum, for Clam j Aluminum Door, No Lens I ScheduCe an Avyointm.ent to See the Ne-w Above Ground Detection (Intersector) Verbal E Mail Fax Estimated Lead Time [� One Week 2-3 Weeks ❑ 30-45 Days Authorized Signature Excluded Parties List System Page 1 of 1 Search - Current Exclusions > Advanced Search > Multiple Names > Exact Name and SSNrrIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts >Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login Exc1'u4ed! Parties; Ljst; EPLS Search Search Results for Parties 1 Excluded by Firm, Entity, or Vessel : Traffic Signal Controls Classification : Firm State: COLORADO Country : UNITED STATES As of 09Jul-2012 6:00 PM EDT Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly Resources >Search Help >Advanced Search Tips > Public User's Manual >FAQ > Acronyms > Privacy Act Provisions > News System for Award Management > (SAM) Reports >Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions >Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do-,jsessionid=9C6FE1413B6DO59B60OD83668A32061E 7/9/2012 r—n ,. 4 Small Purchase of: j3 K A N - CONTRACT CHECKLIST FOR SMALL PURCHASES Checklist Item Contract File Comments Location 7) Independent Cost Estimate f S The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification Requirements This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 11) Organizational Conflict of Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or A/ . mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City Requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences The solicitation contains no in -State or local i 5 geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation A �� The contract period of performance for rolling/" stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 23) Price Quotations Price or rate quotations were obtained from LI f S— (% F+^l�• an adequate number of qualified sources. 24) Clear, Accurate, and Complete Specification C f A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 41 ) Cost or Price Analysis Either a cost analysis or a price analysis was C� S performed and documented. The price was determined to be fair and reasonable. Price reasonableness based on: Price quotations. Previous purchase. Current price list or advertisement. Value Analysis — coin file. 42) Written Record of Procurement History The file contains records detailing the history of this procurement. At a minimum, these records include: (1) the rationale for the method of �) procurement, /, (2) Selection of contract type, (3) reasons for contractor selection or G(1 /a rC f Js4 qR_ rejection, and 4 the basis for the contract price. Excluded Parties Search f 5 EPS run and include in the file of y of "Fort Collins Dale of Estimate: 6/18/2012 Contract Type: Material Bid Existing Contract or PO (Y/N): N Independent Cost Estimate Description of Goods (A) or Services (B): Provide Traffic Signal LEDs per City of Fort Collins specifications for the Mason two-way conversion I have obtained the following estimate from: Prior City of Fort Collins Traffic Operations Jobs, City of Loveland current bid, COOT pricing agreement Published Price List / Past Pricing (date) Current as of 0/18/2012 Engineering or Technical Estimate (performed by) Britney Sorensen Independent Third Party Estimate (performed by) Britney Sorensen Other (specify) Cost Estimate Details: (Estimate calculated in US Dollars) a Data Source 1: City Data Source 2: City Data Source 3: Engineering of Fort Collins Prior of Loveland Current CDOT Pricing Product Quantity Estimate Purchase Pricing Agreement 12" Green Ball LED 31 $ 1,860.00 S 1,674.00 S 2,387.00 $ 1,674.00 12" Yellow Ball LED 31 $ 2,015.00 S 1.953.00 $ 1,829.00 $ 1,953.00 12" Red Ball LED 31 S 1,550.00 $ 1,364.00 S 1,550.00 $ 1.364.00 12" Yellow Arrow LED 14 $ 700.00 S 670.32 S 703.50 $ 728.00 12' Red Arrow LED 7 S 315.00 $ 290.50 S 315.00 $ 315.00 Source Notes 1: Prior City of Fort Collins purchase for LEDs (7/6/11, 11129111, 2/25/11) 2: Current Pricing for City of Loveland (4/1/12) 3: COOT Pricing Agreement (valid through 5/31112) Signature of Preparer: rr S