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