Loading...
HomeMy WebLinkAboutCORRESPONDENCE - PURCHASE ORDER - 9134095System for Award Management Page 1 of 1 Search Results Current Search Terms: traffic* signal* controls* inc* / 7:12 Ci No records found for current search. l SAM I System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. IBM v1.1108.20130719-0907 `'UfSA.,gc iCP https://www.sam.gov/portal/public/SAM/?portal:componentld=f b67166e-75 d6-44cc-b77f-... 7/31 /2013 Pedestrian Pole Quotation Request — 7/18/2013 Please return completed quotation by 7/24/2013. This project is funded by the Federal Transit Authority (FTA) and all contractors must meet Buy America requirements (certification required). All items must be quoted with delivery time to be considered for award. All freight charges must be included in pricing submitted on quote and not entered as separate pricing. Specifications for materials are provided. Item Description Quantity Unit Unit Cost ($/unit) Extended Cost 10POLE 10-foot, aluminum pedestrian pole, 415-inch diameter 10 each .r 15POLE 15-foot, aluminum pedestrian pole, 4.5-inch diameter 2 each - BASE Pedestrian pole base with (4) anchor bolts 10 each COLLAR Pedestrian pole collar 10 each ti�U CAP Pedestrian pole cap b2 each Total $ LIVCQ " �97 Delivery Time: 3 o"� r FIRM NAME: 6"PCx �-' ( e r E-MAIL ADDRESS: -� 5 -" ( P C2 6'L -�" e -ri kA PF•-c • < 'D ^� Pedestrian Pole Quotation Request — 7/18/2013 Please return completed quotation by 7/24/2013. This project is funded by the Federal Transit Authority (FTA) and all contractors must meet Buy America requirements (certification required). All items must be quoted with delivery time to be considered for award. All freight charges must be included in pricing submitted on quote and not entered as separate pricing. Specifications for materials are provided. Item Description Quantity Unit Unit Cost ($/unit) Extended Cost 10POLE 10-foot, aluminum pedestrian pole, 4.5-inch diameter 10 each s 184.00 $1,840.00 15POLE 15-foot, aluminum pedestrian pole, 4.5-inch diameter 2 each $ 275.50 $ 551.00 BASE Pedestrian pole base with 4) anchor bolts 10 each $ 160.60 $1.506.00 COLLAR I Pedestrian pole collar 10 each $ 50.00 $ 500.00 CAP Pedestrian pole cap 12 each $ 10A0 $124.80 Total $ 4,521.80 Delivery Time: 45 Days ARO FIRM NAME: Traffic Signal Controls, Inc. E-MAIL ADDRESS: dtenkely@tratsig.com BUY AMERICA The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject.to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 G.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products Certificate of Compliance with 49 U.S.C. 53236)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661.5. Date Signai Comp Title Estimator Certificate of Non -Compliance with 49 U.S.C. 5323Q)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name Title Certification requirement for procurement of buses, other rolling stock and associated equipment Certificate of Compliance with 49 U.S.C. 5323U)(2)(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 53230)(2)(C) and the regulations at 49 C.F.R. Part 661.11. Date Signature CornDany Name Title Certificate of Non -Compliance with 49 U.S.C. 53236)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7. Date Signature Company Name Title MEDICAL SYSTEMS OF DENVER. INC. 7600 Johnson Drive • Frederick, CO 80504 • 303.772.7971 phone • 303.772.2798 fax Medical Waste Acceptance Protocol Medical Systems of Denver, Inc. Accepts • Regulated Medical Waste_ processed via Autoclave at 7600 Johnson Drive, Frederick CO 80504. • Infectious Waste — Blood, blood products, bodily fluids; Laboratory wastes (cultures, viruses, test tubes, culture plates); Contaminated equipment, Instruments and disposal material; Sharps in rigid, puncture -resistant sharps containers; IV tubing and bags, catheters; Disposable gloves and gowns, dressings; Human dialysis waste material; Disposable material contaminated with isolation waste. • Incineration Waste, processed via Medical Waste Incinerator at 1420 40'h Street NW, Fargo, ND 58102. • Trace Chemotherapy Waste — Empty drug vials, syringes, spill kits, IV tubing and bags; Contaminated gloves and gowns; Chemotherapy containers must have less than I inch of fluid remains or no more than 3%by weight of the original quantity remains • Pathological Waste — Human or animal tissue & Surgical specimens • Non -Hazardous Pharmaceutical Waste Hazardous Pharmaceutical Waste Medical Svstems of Denver, Inc. Does Not Accent • Chemicals — including but not limited to: Formaldehyde, acids, alcohols, waste oil • Hazardous Waste —including but not limited to: Used Solvents, Old Batteries, Drums or other containers with hazardous warning symbol Radioactive Waste — any container with a radioactive level that local EPA limits • Complete Human Remains, Cadavers, Fetal Material (specialized pathological material), Bulk Chemotherapy Waste • Compressed Gas Cylinders or Containers • Solid Waste 'Packaging and Labeling Requirements • Boxes or reusable containers are to be marked with the universal biohazardous symbol. Autoclave Waste, Incineration Waste, and Hazardous Pharmaceutical Waste are to be placed in separate, color coded containers. • Put all acceptable medical waste in CDPHE approved bags. • Put all sharps in rigid, puncture -resistant sharps containers, color coded and marked with the universal biohazard symbol. Generator is subject to $100 fine for sharps found in reusable medical waste containers which are not first contained in rigid, puncture -resistant sharps container. Tie bags closed when they are full. • Place lids securely on containers when full. • Store containers in a secure area until the next Medical Systems of Denver, Inc. collection. • Follow all federal, state and local requirements for packaging and labeling. • Reusable containers used to collect waste are the property of Medical Systems of Denver, Inc. Customers are responsible for maintaining them and may be charged up to $100 to replace the container if it is physically damaged or lost under their use. • Radioactive and hazardous materials sent to Medical Systems of Denver, Inc. will be set aside for the generator to pick-up on their own. If not picked up within 24 hours a third party will be contracted to remove them at the generator's cost. In addition a $500.00 service charge will be billed to the generator for the violation. On the second offense Medical Systems of Denver. Inc. will terminate its service with the violator. 1 have read the Waste Acceptance Protocol for Medical Systems of Denver, Inc. and understand its contents. Signed: � 4 ,an4!� Date: All waste accepted in accordance with the Colorado Department of Public Health & Environment's Regulations. 2/19/2013 Cnyof �F`o_rt`�ins Date of Estimate: 7/18/2013 Contract Type: Material Bid Existing Contract or PO (YIN): N Independent Cost Estimate Description of Goods (A). or Services (B): Provide pedestrian poles per City of Fort Collins specifications for the MMBRT project I haveobtained the following estimate from: Prior City of Fort Collins Traffic Operations jobs, current City. of Loveland bid, current City of Thomson bid Published Price List / Past Pricing (date) Current as of 7/18/2013 - Engineering or Technical Estimate (performed.by) Britney. Sorensen Independent Third Party Estimate (performed by) Britney Sorensen Other (specify) Cost. Estimate Details: (Estimate calculated in US Dollars) Engineering Estimate Data. Source 1: City of Fort Collins Prior. Purchase Data Source 2: City of Loveland Bid Data Source 3: City o1 Thornton Bid Tab Product Cost ($ unit)M2.750.00 Cost Cost( /unit) Total Cost Cost ($/unit) Total Cost Cost ( /unit) Total Cost 10-foot; aluminumpedestrian .pole, 4.5-inch diameter$ t10each 275.00 $ 170.00 S 1,700.00 $ 261.00 $ 2,610.00. $, 430.00 S 4,300.15-foot, aluminumedestrian ole>.4.5-inch diameter$ 325.00 $ 250A0 3 500.00 $ 261.00 $ 522.00. S 430.00 $ 860.00Pedestrian ole base with 4 anchor bolts$ 150.00 $ 125.00 S 1,250.00 $ 105.30 S 1,053.00 $- 178.00 S 1,780.00 Pedestrian ole collar $ 80.00 $ 55.00 '$ 550.00 S. 47.00 $ 470.00 S $Pedestrian oleca .$ 12.00 $ 11.00 S 132.00 $ 9.00 $ 108.00 $ 18.00 $ 216.00 -. r .— a w,r ca.w 3 r,i 36.uu Source Notes 1: Prior City of Fort Collins purchases (8/30112) 2: Current City of Loveland Bid (5/31/13) 3: went Cityaf Thornton Bid (6/6l13) Signature of Preparer. .aFf�c Pr -or Pwhase. Del 1 1 PB-POLE A15 3 3 PB-BASE A CP EXT 5 5 PB-CAP 3 3 PB-COLLAR HVU Ui=; Date : 08130/12 Invoice # : 63057 TSC Job #' Y 1421 Customer # :IFORC Purchase Order 3212069 Purchase Order D a: 08/16/12 Ship Via : TSC Truck F:O.B. Origin Terms : Net 30 12 SEP 4 11:?9aM Description Unit Price Amount 10' Pole, Spun Aluminum, $ 170,00 S 510.00 Natural, 4" Threaded Toe 4 1/2" o.d., Schedule 40 15' Pole, Spun Aluminum, Natural, 4" Threaded Toe 4 1/2" o.d., Schedule 40 Extended Neck Base, Aluminum Natural, w/ Set Screws Aluminum Door Pole Cap, Aluminum, Domed Natural, w/ Set Screws for 4 1/2" o.d. Pole Collar Assembly, Aluminum 2 Piece w/Set Screws For Standard Square Base Powder Coat Lot Run Fee Powder Previously Purchased Powder Coat Ft Collins Bronze, 14 Ibs as of 8/21/12 Before This Order Painted $ 250.00 $ 250.00 $ 125.00 S 375.00 S 11.00 S 55.00 S 55.00 $ 165.00 $ 225.00 S 225.00 $ S Total 5 1580.00 Traffic Signal Controls, Inc. Retains Title to All Material Until Invoice is Paid in Full Service Charges wil be charged on Past Due Accounts Attorney Fees and Costs will be charged if collection is necessary Returns are subject to restocking charges Thank you for your business! �-aq o� Lave L" ..._._�.. 1 euntaG rraR c:3$lSz$r S-.r Kc slrn;l fa I :•.?F,J_S fromC Hem Do ... iplbn I UIMJ EtCHWUnitPoo .IENendee Cost:D;finyttodiumt PNceS'i Eateridtd C.IV Delivery rime TRAFFIC SIGNAL CONTROLLERS AND CABINETS 1 Battle 970AN Controller with Ethernet each 20 $-3I50.00 $... 63,0010.00 : m Days ARO ".:ti:.p XTe C:CCttaf^" rYid J'Ji., 2 TraHb Si nal Ca6me13365 each J - :::.'�.fS.�P:a kgir'"-3'$1. 5.7oJ.00 3 Trafnc Siena( Cabinet 332 each J .Sjgkl a . NRNIIRRTIORF_a:""""-.5. 6,142.92 S21,571,68, f60i90 DiYi aU+trery ihree]9 imp hear battereVc.n be Any approved deep [)de'offthe shelPµ with umversalcnne<lon that work wills Signal Sense Systems each 5 "C M. �=3A • s'• irM s,.•,. fE•a,fi7'�{W, ),,,..ts ,.[#�2r „z'4„hy#*x[hSi pyyE� 5 SignalS i SSOC-15000PSwiththree 79 amp hour batteries includes all ring,h ea, [ennepera.aM wiring d'+a each 5 "?"' ?i__F &" ,..��T. ,. *4_ 7s� Y` ,ELM a01_.b- 6 TrafficSignalCabinet 33MD or approved equal with specifN ventilation system Without s n+lsente Battery b+c4upsyshm each 5 ST)31��^.J`)-_'=:eEr��..sxr_i!$�8,i25.N 're � ,j' r" "+E ! i �-,:'j �, Far. 4:'r�w •$ p 60.900ift 2 SAFETRANTraffic Signal Cabt333SD wl.Squad S SSDC1509 UPS w/ three 79 amp hour batteries S,niem is captible1 itntiam,Ars, approved deep cycle 'off be theirI tt ry with umve.. I Imirwc,Imms or approved equal with specified similar. Grace.. each 5 : �a[4 � '�5� .3. n.•rt.. � -.- 9s~ a y� a a.q.'(iNiFk fiy}':l t,1 S4L2,II,S ,Tary� Al 3�$�'y",'.`.yh! 'a'11w t,tfi :^0.'±-3P£N" •� a GrY "Y'�3 lki" Di 8 Chary SP l0005fl UPS w/sia Clamp hour Wtteri<s bcludesa0 wirinH, harnesses, miaestors and wilt" dlaeram earth 5 �G3i �"R�'"�S-Z izt. i•"`p y. .d.00o.00. S "20.00p Lb ' fslxktu JS COMMUNICATIONS EQUIPMENT 9 TROPOS Radio Model 5320.2.4 E S.SGHr, AC Power eacM1 JO Np�iJ''T_':u'+�]L`'JTr.at"%-3!i .'<-ssui'if 7ir i, _ S!l. cdAr V zi..1 10 Spread Spectrum Radio lntl[m Communicana ll oath 6 S-1,165.50'•$ dAJyjf(; , ytyr'o:}'3a i 11 Antennas (YAG11902929 NIH213 elements 130E 1 eacM1 4 ?rYrAtt«`„"J.x.t°4i +3. Ti}:i:ifSFiCwsi 2'!"T'R$i '$1G muct %.e i'•iiH-c.1.: 35to<ti645 12 Amens Cable LMR4003/8'SuPerne..bamdelectNccabb, I fees WWY117`+ 11.4:.tiii' fir. ., ?iMri 13 Climp Connectors It. NE2-40DNM11 eadr 24 1 PhWE--- fiiFimi+ 3 GA'.'&!' Id lighlnme Arrestor Cush[rah Model No: LACAN 200 ,.Its I '-chl 12 .-MU va'Y i'-i .'3:H'Y +4 ERE 1.$ ]S.M $. :900.0J ISt6<kled5 DETECTION UNITS 15 Reno model C-1100452 Channel Detector I eacM1 �6 Sa4�3i!9E ' fi5 k5s?; }-`A'[,KiC 5: '14000 $ :6S0.W: i5ioc4to C5 16 Pedestrian Push But -(Puna bull do,, black, PIT BOLN12-8) each 40 °>^£Naiti•""'Iiw z..iT%,i£. vTa TeiFtlE+?".:: s,c $45f �'w'*" J5 �[Tr�1:'- 17 feel 40 '3'ihPiZyL'i%+G IS Pedetoon Sign poiara PNSC]A Reversible) or approved equal each 2J 44,49 [EZ'S'- *_EVi " it''G4iiv'.Ss. ..F.!ik:` iSq 1U�%G'G'f,i 19 Trafrcian Video Cleaiup Camera w/6' ealenuon mounts and Edc Suppressor. each 24 "gyp ..„„,�J vs .".eJ£ •%'4'^ ( iHc,cu yq !}Iy IVT!"2'Sl ^ -• 'J��'�ti': 20 Trafmm VIP 3DI card for 170 Mtem wiNlatesl rcvisun. each 24 ,i{`.:�t"a�,aN..".."d},,-,uppm[i iu', 4.:Zl Pl_h. 'T'.±riFY_fk4 21 Tcelicn 2-[harurel ea4os1an modules each 24 KH2, Y. i ;cs SP"-t;ia •-T„I GLOBAL FIRE PRE -EMPLOYMENT UNITS & TIMERS 22 lGlothatModut721 eacM1 6 di�NNTdi ?A. iu 'Am >•-!i i3.u.(I 23 GbS+l Model ]22 e.thl d -sug{tJ4Dti l.';Fi^T:r��ed'-, �••+±t4:ro`ta Ear ?^a:3yt xd'F iAta'ia%ffS •ce„u:'Y'tini'i 24 Gtobal Optiul Phase Sek[toi Model ]62 I each d eEa'.' ':+ta pidib+3 1411 .:".sn s TRA FFIC SIGNAL PEDESTAL POLES - - - - -25 societal Pole w/dam. pate cap 14Teal .4.5 inches. Schedule fact lathes Spun Aluminum each 4 .vz:S� -.' d ..W�Rz.b �Y'h+'± :': -'-S"s - 5:-.3]O,OD rS: - 1p8O [O. U N Zu 'S �Stodto45 26 Pedestal Pole aluminum Square base whhaluminum door each a .: mad+Fi._.au a"^,UT-?id$!T'-••ITS 3015 "a21a0' fSiaY1045 27 Pelee lb-c! PedeOrm. Pole Callus PH: PB5325 each 8 IST" .:c 1%1 5 t.i3J6 M 156cls,64S. 28 Pelc Pedestal Pule Bel Adaplmt 2 wa SE 3002 eacM1 4 5-'_4000 5." '160.OD!°St6d to 45. 29 Pat- Pedestal Pale Cap. aluminum, PIT 5402 each :4 s':ea 2r xa}psam2i"n •c% i $ -"9.M 5 • 3610:(Sind TO45 TRAFFIC SIGNAL HEADS 30 MCCMNTraKc5i... I Head 12-12 12-12-12 w/lowered baet plate and IS, Isradel mounting hardware, black, side by side each IT _sxM h c e r5 - 415M 5 3:4MM Iocl to 4S 31 MCCAIN w/DIAUGW Model 435 LE-O.Traffic Sign al Heud 12-12 12 12.11 w/Louvered back plate and! sky bracket mounting hardware, black, side by tide each If "- 13 11at4'-?. "JM 4-- Y.- $ 82304 5 6,58400 SIm11e J5 32 MCCAN TrafOc Zrgrvl Htad black 12-11-IEw/buverM back plate&sky bracket mounting hardware each 24 �_�t��a,�yya� 5 2C0o0 ,5 5.I6000 'SixI Egli; �yY MH25 N�d�a:--s 33 MCCAIN w/OIALIGHT Model 43512-12-12 LE.0, Traffic Signal Head black w/ louvered bed pate and t4 bracket mount hardware rich 24 :F .°- r� ;", $.;..4]OM !S :11:284M i S{ ^t-ii .Slakto45 3J NiCCA1NTraffic5lgnal Head l2-1212B1a[k Sitle of PDlew/aluminum black hardware each 32 d8':S', IVL : p'P•'aPi ,.^,-¢'.)F%Seise' 5 S LJOM S S.4.OM ISIW"t'rOC45' 35 MCCAIN./OULIGW Mact.35 Lf D. Traffic Signal Head black 12-12.12- Back Skeof Poo /aluminum blackh+rdware lads 50 to in '[` ^ YYstttt-$ dMM $. 20,MOGo Stud toMol 36 MCCAIN P d tr SknI Hiadbl kGl sh ll quick mount Black IER um (Side by Sdelwe relebiapdrbw<d equal, mount each dS --'/- __..� � � f. C �iw 5.'„W.00 : 6.096M IT" ry k'-C Slack to 45' 37 MCLVNPJ t an Signal Hlatl Wxk Clam tM1ell quick mount BI+[k RIGNT ..I(Ssdebv5id.) w/lee crate er+PProed equal each as RN" 12700 S 6,o96M •}Y I.R"� iste,vu,45' 38 MCCAIN w/DVUGHT Model 4ED Pedestrian Signal liad black al,, circle. vifar, most nl; etc (Side by 5de)lFFi mount 04[k Nartlware e ach leg '•r _ I 3EO tl1�'.S. 1).]gO raO �f S 41015' 39 M1ICCAIN;v/pwUGHi Model LF D. Pedestrian SignallGadblact w1c, [rate, .Toro mount, et[ (Side by Side) RIGHT mound- Black Hardware each 43 k .,._�xa .^ 5 : 361 '$: :17,28600 �Stcck�45 40 MCCAIN Pedestrian Signal He ad. black Clam shell quick mount (RIGHT) w/ Oiali tit course.., signal. filled, M1ind/on. persapproves equal. each Zd rj-kr. up � $ 1. 39300,.S 9.552M S"t<:'W �Stak3l �5' JL MCCAIN P d t 5gna1 filed hand/Person m.ppro ed ecual'RI wiN rgrnal Head, black Clam mill mck mount Dialight eountdbwna lash 3J -ni4a.an.w MOVE 'rc: -w4 S'�:398M2 •S 9,ESP DO $lled1. 4S 42 Did,m countdown p.CTI,ian si,mi filed,hand/person, FIT MCCAIN clam ship head orapproved equal . each 2a "L`-. .' rn- ' aa'P `I .s '3 >'y ¢ a V'P;y}�T wp'" •1r CABLE AND WIRE 43 IMSA'0.1 Cable 4Kendoctor Ldga pranced copper If 1000. e.."-_`.q'. ss' Y, :i': diG7? }:.Vk;V.aY.L.` {: ii ✓Via 44 INLSA-19.1 Cable') -conductor 14 a stranded copper If I= _e+ --area E� aiE7-'R:'3 1•�_ ':.'r,A?!"t ?r,, va Fkfvi' JS IhL$AI¢I C.Ne 19 Conduct rl4ga +landed Cpppn' If 1M0 qE1_4_-1Iwile_,,,,`',Ia:iFarm-pt,.N mbfat {imr"ik+='. Y^dv{{i tLti'4 r-:35 'i+.i J4 rv� 46 IMSA Detester Loop Wit No 51 5 �' ,e It -5000 �x>_-`-i i£RSdw 1C#-N. . ilw"�.Sr'iMfi' -n' It, -%SL'F ,&4At. U..x32121"I JJ Serdtt Uble Ne:6 acepper urarded, black UIEPHVJ THHN60K5 - If 2500 a9 GEaundinB Zvit<m kYre Ho 6ga. copper wand tl, graters iHHN or level It SM YJr�Ez�.^riS' ssy-aF 7±_ rP t5cr"TK• } `}t1. :yy:S�Ka ��ltkGyt M'416.[in 49 Opticom System Cable M 139 II LOM=a�:=`G. �r�.ar,•xan '[ r.Y'.,.!T!A•°f.SY .Y1,; XrdRi1{I SSa:�/^n:?. SO SlieetlighlW m610,3 Rom /grwnd,- CUShid. found table UF, USE NMBID-3WG .- if 1000 -" = N E�..u_,ayR�yn�� 't=l.G F'+c + W189 3 (r'.Y2 •::z � ���q9`Ss 1F ..ri.C'lay)"v f' Dy°3 51 IMSA J:pl lad I. said. 1926-12 18da_m.P andedi th2.Idetl6M voIL BELDEN. IO19A IF 1M0 iC�^'w.W tr ic'y[ xrF.i rr ik°' au rc z.�-�� 'v 2%Lyr, 2,F2'i 4--`+ }t Y^ Pj`#.•:i.c�'a. •A'a{Y�rH 3 i.4x6, ,L"r.}3iS.;��e� 52 I Fiber Optic Single mode cable 6 count 11 2000 =" 4+�' _"'=ern. 'ar''o'.x2f.'4 -'t '2'P<+,j��y74' K,fJFr Z i3 FiU<r Optic single motl<uWe 12 count II 2DM SJ ' Eaq Ei t [ single cede gable 24 cunt It 2" FW_-_EA__4 55 Fiber Optrepn,1..adeebledecciunl If 20M. im-_ntv. icFFi.'-m'r�.+s[.e'�:r1a..�w'fk•�li.+"ai' vf•:^"Y�a�a'1 56 ISOTFC 6-cendu[brcamera wire PN %31166]Jb 11 SM�.: CTif l+T4Ci. N �. -_4I, -.�a - -_ "of `norn-tn Bid Tabulatlon PAGE 2 OF 3 Use Multiple Pages as Necessary All responsive bidders must bo annotated on Bid Teti -to Include no•bid responses. Attach BldNot list ofall companies notified. Bid T e m.a elenl.o Bidder Information Ono 1 Two 2 Three 3 Four(4) Five et1Yv`.GIIi9*.A:ri.;.•nE>20=9 Name AM Signal. Inc. God" Sales Leolek Electronics USA Corp. Traffic Signal Controls, Inc. Ver0el Address 9935 Than Park Circle 71 DO N. Broadway, Ste. 5T T26 S. Hiliview Drive 255 Weaver Pane Rd. Ste 0100 Wditen City, State ZIP Littleton ,CO$0125 Denver. CO 80221 Milpitas. CA 05035 Lonranent, CO 80504 % lCompetiflve Point of Contact POC Brooke Hapeny John Snider Meg Mayers David Tenke Sin lWSOIB Source Emah address brookeh5amsi naline.com isnidenStfladestralk.com nrogninotek.com. menkelydruafisiti.corn Dl'S._fitl£u55 ;5+:1}ali tifG Telephone 720-348.6925 303428-8840 408-380,1788 303-772.2787 Date of Submission 25-A -13 25•A r.13 25-A -13 23-A rA3 Agreement T tuam, en Delivery Dale or Lead Tune (Days) 30-DAYS 30-DAYS 3045 Days 30.45 Days 4d9it1U' iel:fOh'tY„"tOGOS1.1R81LY Pa menl Terms Not 30 dao Nei 30 days Nei 30 days Nei 30 days Contmm Ship Via BEST WAY BEST WAY BEST WAY BEST WAY % Purchase Order FOB Point DESTINATION DESTINATION DESTINATION DESTINATION [(��`q'y1�9'"k P'SW" a•••"'fiW �y k Bonds Provided -Circle as Appropriate Insurance Met -Circle asAppropfiste ree YYx No I Ne Y. Na Y.t N. Ye. No Y.f Ne Ye. Yet No I . NO Yes Yer no w Item Qty Unit Description of SuppilealServices Unit Price I Amount Unh PrlcO I Amount Unit Prka I Amount Unit Price Amount Unit Price Amount 21 5 Each Bach late, 3 Section, Black McCain 5 32.00 S 160.00 NO BID NOBID S 30.00 S 150.00 S E 22 5 Each Bark ate S Section Black McCain S 100.00 1 5 500.00 NOBIO NOBID $ 69A0 1 S 345.00 S E 23 5. Each Back late 5Section Black Eagle NO BID E 95.00 1 5 475.00 NO BID NO 810 $ 24 5 Each Back ate 3 Section, Black Saleoan NO BID NO BID. NO BIO NO BID E E 25 5 Each Bach le 5 Section Black Safeban NO BID NO BID NO BID NO BID -S .S 26. 20 Each Sign, Pedestrian lnstmdion, Double -Sided, 4 Hole. Black, Button on Both Sides S 19.00 S 380.00 NO BID NO BID S .21.00 S 420.00 S E 27 50 Each Upper Arm Assembly, Side of Pale, Petra. Right Amlw on One skis LeO Amow on Me other side. E 25.00 S 1.250.D0 5 23.00 S 1,150.00 NO BID .A .20.75.-E 1,037.50. S 3 28 4 Each Base Pole Pod, Mocha Brown Pelco .5_ '199A0. S 796.00 NO BID NO BID t tS'..' "178.O0s did 712,00 S E 29 5 Each Pole. Ped Mocha Brown Pelco tS"" = 430.00 1S 2.150.00 NO BID NO BID T 450.00 $ 2,25000. It I $ 30 20 Each IGClamp. Standard. Bracket Sky NO BID NO BID NO DID $ 65.00 $ 1.300,00 $ .S 31 5 Each Power Supply. EDI High Efficiency S 265.001 S 1.325.00 5 218.00 S 1,090.00 NO BID $ 189.00 E 945.00 $ S 32 2 Each Gun Radar RU2S lams with wiringhamess NOBID S 875.00 S 1750.00 NO BID NO BID E E 33 4 Each Detector, 2 Channel, Can a, Global Technologies NO BID NO BID NO BID S 500 DO-t S 2 000.00..E S 34 52 Each Batteries, 12V. Cla NO BID NO BID NO BID S 197.00 E 10,244,00. S $ 35 5 Earl) Monitor. EDI Conflict NO BID S 378.00 S 7.890.00 NO BID S 352.00 E 1.760.00 S S 38 3 Each Monitor, Color Video gin 5 355.00 S 1,065.00 S 155.00 S 465.00 NO BID NO BID S $ 37 2 Each Wrench. R er Poke, NO BID $ 24.50 S 49.00 NO BID S 20.50 E 41.00 $ $ 38 5 Each Insen LED, Yellow 3M NO BID $ 112.001 li 560.00 S 42.00 1 S 21U S 75.00 $ 375.00 .S S 39 2 Each Ramo. Wirek55 Encom COmmPak IP NO BID S 1.300.00 1 S 2.600.00 NOBID NO BID $ E. 10 1 Each Switch, Ethernet Field, Garrehcom, 6KO-24CDC DC Power Module, 6KO4-R.145 101100 Ethernet Port Module, Two (2) 6KOF-2SSCFiber Optic Modules. PSAC-24V60 AC to 24VDC Panel S 2,095.00 S 2,D95.00 NO BID NO BID S 3.175.00 E 3.175.00 S ; CO;teekYamaiKlam!G»1Niw:ai SUB -TOTAL _0 .._-. f 9721.00 0 It 10029.00 -0 - $ 210.00 .0 -.- $ 2176/.50 .0 S LPD I I Local Preference Discount - Lessor of 5%or$5000 S488AS A -$501.45 $ - - E10.50 1 It $1237.73- f Trans etion/SN In re ht (I(Sepanto Line Item E S E S E GRAND TOTAL S 9,721.00 1 f 40 029.00 E 210.60 S 21764 50 f Recommend Award to: NI Vendors based on lowest bid Award Number. Project Number 6 Name: 143-13 Tm10c Signal Parts T ''T �g'II tti+ �; i �A,EgJ,r�"J�v F �f i(}�{,I;C�jp}+5ril r'''II"uir �rin....F0lke5tad. p4 a 4 P Y Ey1,.S tl�+& 2y p�1 Jp�.�_yf+��(t2��4 9 k,r 0r.� 7 �a t' r )^ ;w ✓ M" Y�y jDapanmenl Buyer Name: Susan While, C.P.M. Senior Purchasing Analyst Buyer Signature: Dale: 1 Manager Name: James L. C.P.M.. Purchasing Manager anage pn tur Date: wl3 M Bid Tabulation PAGE 3 OF 3 Use Multiple Pagea as Necessary AD responsive bidders must be annolalod on Bid Tab -to include no -bid responses. Attach BIdNet list of all companies nollfwd. Bid T stun wial .vSC.p:: y.4i::!:;,•; K-;Ew; _^,ar Wdden fiavePoint Source Bidder Intonnabon Name Address Ci State,2ip of ConteLl POC Emailaddress Tele one One / AM Sianal, Inc. 9935 Titan Park Circle Linlelon,CO 80125 Brooke Ha en r ke ams nalinc.c m 720-349-6925 Two 2 Gades Sales 7100N.Broadwa Ste.5T Denver, CO 80221 John Snlder 'snlderdf adeslratficcmn 303-428-8840 Three 3 Leotek Eleclronia USA Cor 726 S. I lillview DrivekNd Mil Ilas. CA 95035 Me Me ers me leolek.com 408.380-1788 4 Conuols. ha:.Verbal SIe dt0% CO 80504%Com onkel501e misi com4i5c .2787 am Five S Dale ol. Submission 25-A .13 25- r-13 25-A r-13 23- r-13 Agreement i cMM aw nlraslRdtb •��1s':e Contract X PurUlase Order I I}y i't a} i Ij `37'p%r"'j^I"{4 � eA S1I �i5lal )�fih�-Jl Delivery Dale of Lead Time Da 6 Pa nl Terms. Ship Via FOB Point Bonds Provided -DuL¢ as A ro dale insurance Met -CINde asA ro riate J0.DAY5 Nei 30 des BEST WAY DESTINATION Yri No Yef No 340AYS Not 30 daysNet BEST WAY DESTINAI ION YOs NO Yei No 3045 Days 30d3 DEST WAY DESTINATION Yuf Nu Yis .No 70d5 De ys Net 30 days BEST WAY DESTINATION Y. No Y.s 'No Vaf No Yos No. . Item 41 42 5 10 unit Each Each Dasd hart of Su IkslSarvleaa Insert. LED Green 3M InsertLEO. Yellow Am. Vnll Price Amount NO 810 S 33.00 $ 330.00 Untt Price Amount $ 112.00 S Sfi0.00 NO BID Unit Price S 6800 .$ 27.00 Amount S 340.00 S 270.00 Unit Price $ 112.00 $ 3600 Amount S 560.00 S 360.00 Unit Price Amount 43 44 45 46 47 48 49 50 51 - ' 5 5 t0 10 10 5 10 2. Each Each F.ar-h .Each Each Each Each Each Each Flasher Crack Back Board COMPklle with Ellec NTC-17E, Oulck Disconnect For Peke Cabinet n5E-1000. Defector. Kcal, Global Tuchnol ies Detector, kcal Global Technologies Housing, Signal, Traffic,. McCain. Black, 3 Section win Visors. No LED or Lenses. Bracket, 2-way, Sky, Variable Assembly Bracket.3 Section Sk STD Bracket Hawk Sk , aM Beacon Mount Ca Pole Pa. Oome:T e: Mocha Brawn Uninlemilifible Power System: Cla . Complete. No Batteries S 765.00 $ 3.825.00 NO BID NOBID S 110,00 S 1A00.00 NO BID NO BID .--�_ NO BID tSI. "•18.00 7$ 180.00 NO. BID NO BID NO BID NO BID NO BID _NOBID NO BID NO BID NOBID NO BID NOBID NOBID NO BID NO BID NO BID NO BID NO BID NO BID. NO BtD NO $ S70.W. S 758.00 $ 120.00 $ 200,00 $ 166.00 E 29600 E 18.00 $ 4.800.00 BID S 2,tl50.00 S 2.850.00 '.$ 1.200.00 S 2.000.00 $ 1.660.00 $ 1.490.D0 S 180,00 S 9,600.00 LPD SUB -TOTAL LacalPrefererice lNsmunl- Lesser ol5%-or S5000 Trans tionrShi i !Frei hl It. Se vale Lim Item 0 $271.75 $ S,433.00 $ S 0 S28.DD $ 660.00 S $ - 0 $30.5D S: 610.00 ii $ 0. $1194.50 ; 27690.00 $ S 0 $0.00 f $ S GRANDTOTAL $ 5435.00 $ 560.0o f 610.00 f 23690.00 $ Recommend Award to: AII Vandors based on lowest bid Award Number: Pro'eU Number &'Name: 143-13 Traffic Si nal Pans q'�J i�f "u�t � #i'�c' piiiti� #,�ryr�� 4�'�l !.l"��4 �J!f441 r'•}s,`9eY���(,,,�y., 1 y { �C�.er r� �i+�7i�i4 ry��"3i 7rrr'�•'+'10 s yl��^ ia uq� j�s cdi4 Y '§. �"70'�� �,�s�i&�� Buyer Name: SUSanWlute, C.P.M. SeniOr Purchasing Analyst ry¢r Sin 9 attire: dd i� Date. �P� � J 1i ��44� R 41 � �^!;- �:�4 t�g�ih.l� +�i� �4�li� �t rt3:� s4C+v�s�`�':4$�Ni �`,'� ?��p�r#e�';�J'1a1� f cent"' ";��rx.at�l Oepanment Manager Name: James L. Folkeslao. C:P.M.. Purchasing Manager Ma er Si re Date; S C m F®rt of Traffic Operations Price Analysis Worksheet Name of Contractor: Traffic Signal Controls Analysis: The price submitted by Traffic Signal Controls is reasonable ($4,521.80). Total bid values between the next lowest responsive quote (AM Signal, $4,684.64) and Gades differed by approximately 3.5 percent ($162.84). The current bid reflects an increase in price for the ped pole equipment since our last purchase. Similar quantities based on previous purchases would total $4,132.00, 8.6% higher than the current quote. Price Analysis was conducted based on one or more of the following (documentation attached). ® Written quotations from 2 or more vendors AM Signal $ 4,684.64 Gades $ 4,872.00 Intermountain No Bid Tsraffic•Signal,Controls -$`4;52,1!80 ❑ 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 Previous Purchase Quantity Prior Price Current Low Quote Cost Difference 10-foot; aluminum pedestrian pole, 4.5-inch diameter 10 $ 1,700.00 $ 1,840.00 $ 140.00 15-foot, aluminum pedestrian .pole, 4.5-inch diameter 2 $ 500.00 $ 551.00 $ 51.00 Pedestrian pole base with (4) anchor bolts 10 $. 1,250.00 $ 1,506.00 $ 256.00 Pedestrian pole collar 10 $ 550.00 $ 500.00 $ (50.00) Pedestrian pole.cap 12 $ 132.00 $ 124.80 $ 7.20) TOTAL $ 4,132.00 $ 4,521.80 $ 389.80 Zi Comparison to in-house estimate Estimate Quantity Estimated Cost Current Low Quote Cost Difference 10-foot, aluminum pedestrian pole, 4;5-inch diameter 10 $ 2,750.00 $ 1.840.00 $ (910.00 15-foot, aluminum pedestrian pole, 4.5-inch diameter 2 $ 650.00 $ 551.00 $ 99.00 Pedestrian pole base with (4) anchor bolts 10 $ 1,500.00 $ 1,506.00 $ 6:00 Pedestrian pole collar 10 $ 800.00 $ 500.00 $ (300.00) Pedestrian pole cap 12 $ 144.00 $ 124.80 $ 19.20) TOTAL $ 5,844.00 $ 4,521.80 $ (1,322.20) ❑ Other City of Price Analysis F�Oft Collins Cost Analysis Details: (Estimate calculated in US Dollars)' Cost of Standard Items Engineering AM Signal Gades �Traffc'Sigtnah TSC vs. Prior TSC vs. Product Quantity Estimate Quote Quote Controls r '; Prior Purchase Purchase Estimate 10-foot, aluminum pedestrian pole, 4.5-inch diameter 10 $ 2,750.00 $ 1,716.80 $ 1,950.00 $ 1,840 00; $ 1,700.00 $ 140.00 $ (910.00) 15-foot, aluminum pedestrian pole; 4.5-inch diameter 2 $ 650.00 $ 507.38 $ 560:00 I�'$ �551 "OO: $ 500.00 $ 51.00 $ (99.00) Pedestrian pole base with (4) anchor bolts 10 $ 1,500.00 $ 1,609:80 $ 1,750.00 ''$ , i,1506 00 ; $ 1,250.00 $ 256.00 $ 6.00 Pedestrian pole collar 10 $ 800.00 $ 620.50 $ 480.00 •. $?' "'5WOO I $ 550.00 $ (50.00) $ (300.00) Pedestrian pole cap 12 $ 144.00 $ 230.16 $ 132.00'i;$ 112480, $ 132.00 $ (7.20) $ (19.20� Total $ 5,844.00 $ 4,684.64 $ 4,872.00 �f$ 4`521.80a'i $ 4,132.00 .$ 389.80 $ (1,322.20) 291% 3.6% 7.7% 0.0% -8.6% $ 1,322.20 $ 162.84 $ 350.20 $ - $ (389.80) Pedestrian Pole Quotation Request —7/18/2013 Please return completed quotation by 7/24/2013. This project is funded by the Federal Transit Authority (FTA) and all contractors must meet Buy America requirements (certification required). All items must be quoted with delivery time To be considered for award. All freight charges must be included in pricing submitted on quote and not entered as separate pricing. Specifications for materials are provided. Item Description Quantity Unit Unit Cost ($/unit) Extended Cost 10POLE 10-foot, aluminum pedestrian pole, 4.5-inch diameter 10 each $171.68 $1 716.80 15POLE 15-foot, aluminum pedestrian pole, 4.5-inch diameter 2 each $253.69 $50738 BASE Pedestrian pole base with 4) anchor bolts 10 eacht$62.05 0.98 0— COLLAR Pedestrian pole collar 10 each $620.50 CAP Pedestrian ole ca 12 each .18 $230.16 Total $ 19,172.84 Delivery Time: 3-4 weeks FIRM NAME: AM Signal, Inc E-MAIL ADDRESS: drew l(,amsignalinc.com !(�O j, 60