Loading...
HomeMy WebLinkAboutC2022-035 - Zumar Industries1 Contract No. 2022-035 COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND ZUMAR INDUSTRIES, INC. THIS COOPERATIVE PURCHASING AGREEMENT (this “Agreement”) is entered into as of October 11, 2021, between the Town of Fountain Hills, an Arizona municipal corporation (the “Town”), and Zumar Industries, Inc., a(n) Arizona corporation (the “Contractor”). RECITALS A. After a competitive procurement process, Yavapai County (“County ”) entered into Contract No. 2021-273, dated August 1, 2021, as amended (collectively, the “County Contract”) for the Contractor to provide signs, sign posts, related hardware and accessories. A copy of the County Contract is incorporated herein by reference, to the extent not inconsistent with this Agreement. B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make purchases under the County Contract , at its dis cretion and with the agreement of the awarded Contractor, and the County Contract permits its cooperative use by other public entities, including the Town. C. The Town and the Contractor desire to enter into this Agreement for the purpose of (i) acknowledging their cooperative contractual relationship under the County Contract and this Agreement, (ii) establishing the terms and conditions by which the Contractor may provide signs, sign posts, related hardware and accessories. (the “Materials and Services”), and (iii) setting the maximum aggregate amount to be expended pursuant to this Agreement related to the Materials and Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which are incorporated herein by reference, the following mutual covenants and conditions, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Town and the Contractor hereby agree as follows: 1. Term of Agreement. This Agreement shall be effective as of the date first set forth above and shall remain in full force and effect until October 10, 2022 (the “Initial Term”), unless terminated as otherwise provided in this Agreement or the County Contract . After the expiratio n of the Initial Term, this Agreement may be renewed for up to four successive one-yea r terms (the “Renewal Term”) if: (i) it is deemed in the best interests of the Town, subject to availability and appropriation of funds for renewal in each subsequent year, (ii) the term of the County Contract has not expired or has been extended, (iii) at least 30 days prior to the end of the then-current term of this Agreement, the Contractor requests, in writing, to extend this Agreement for an additional 2 one -year term and (iv) the Town approves the additional one -year term in writing (including any price adjustments approved as part of the County Contract ), as evidenced by the Town Manager’s signature thereon, which approval may be withheld by the Town for any reason. The Contractor’s failure to seek a renewal of this Agreement shall cause this Agreement to terminate at the end of the the n-current term of this Agreement; provided, however, that the Town may, at its discretion and with the agreement of the Contractor, elect to waive this requirement and renew this Agreement. The Initial Term and any Renewal Term(s) are collectively referred to herein as the “Term.” Upon renewal, the terms and conditions of this Agreement shall remain in full force and effect. 2. Scope of Work. This is an indefinite quantity and indefinite delivery Agreement for Materials and Services under the terms and conditions of the County Contract . The Town does not guarantee that any minimum or maximum number of purchases will be made pursuant to this Agreement. Purchases will only be made when the Town identifies a need and proper authorization and documentation have be en approved. For purchase(s) determined by the Town to be appropriate for this Agreement, the Contractor shall provide the Materials and Services to the Town in such quantities and configurations agreed upon between the parties, in a written invoice, quote, work order or other form of written agreement describing the work to be completed (each, a “Work Order”). Each Work Order approved and accepted by the parties pursuant to this Agreement shall (i) contain a reference to this Agreement and the County Cont ract and (ii) be attached hereto as Exhibit A and incorporated herein by reference. Work Orders submitted without referencing this Agreement and the County Contract will be subject to rejection. 2.1 Inspection; Acceptance. All Materials and Services are subject to final inspection and acceptance by the Town. Materials failing to conform to the requirements of this Agreement and/or the County Contract will be held at Contractor’s risk and may be returned to the Contractor. If so returned, all costs are the responsibility of the Contractor. Upon discovery of a non-conforming Materials or Services, the Town may elect to do any or all of the following by written notice to the Contractor: (i) waive the non-conformance; (ii) stop the work immediately; or (iii) bring the Materials or Services into compliance and withhold the cost of same from any payments due to the Contractor. 2.2 Cancellation. The Town reserves the right to cancel Work Orders within a reasonable period of time after issuance. Should a Work Order be canceled, the Town agrees to reimburse the Contractor, but only for actual and documentable costs incurred by the Contractor due to and after issuance of the Work Order. The Town will not reimburse the Contractor for any costs incurred after receipt of Town notice of cancellation, or for lost profits, shipment of product prior to issuance of Work Order or for anything not expressly permitted pursuant to this Agreement. 3. Compensation. The Town shall pay Contractor for the Term amount not to exceed $50,000 for the Materials and Services at the rates that shall be agreed upon by the parties. The aggregate amount per renewal term shall not exceed $50,000 in any case unless the Agreement is affirmed and ratified via an executed amendment. All remaining terms and conditions of the Agreement shall remain in full force and effect. 4. Payments . The Town shall pay the Contractor monthly (and the Contractor shall invoice monthly), based upon acceptance and delivery of Materials and/or Services performed and 3 comp leted to date, and upon submission and approval of invoices. Each invoice shall (i) contain a reference to this Agreement and the County Contract and (ii) document and itemize all work completed to date. The invoice statement shall include a record of materials delivered, time expended, and work performed in sufficient detail to justify payment. Additionally, invoices submitted without referencing this Agreement and the County Contract will be subject to rejection and may be returned. 5. Records and Audit Rights . To ensure that the Contractor and its subcontractors are complying with the warranty under Section 6 below, Contractor’s and its subcontractors’ books, records, correspondence, accounting procedures and practices, and any other supporting evidence relating to this Agreement, including the papers of any Contractor and its subcontractors’ employees who perform any work or services pursuant to this Agreement (all of the foregoing hereinafter referred to as “Records”), shall be open to inspection and subject to audit and/or reproduction during normal working hours by the Town, to the extent necessary to adequately permit evaluation of the Contractor’s and its subcontractors’ compliance with the Arizona employer sanctions laws referenced in Section 6 below. To the extent necessary for the Town to audit Records as set forth in this Section, Contractor and its subcontractors hereby waive any rights to keep such Records confidential. For the purpose of evaluating or verifying such actual or claimed costs or units expended, the Town shall have access to said Records, even if located at its subcontractors’ facilities, from the effective date of this Agreement for the duration of the work and until three years after the date of final payment by the Town to Contractor pursuant to this Agreement. Contractor and its subcontractors shall provide the Town with adequate and appropriate workspace so that the Town can conduct audits in compliance with the provisions of this Section. The Town shall give Contractor or its subcontractors reasonable advance notice of intended audits. Contractor shall require its subcontractors to comply with the provisions of this Section by insertion of the requirements hereof in any subcontract pursuant to this Agreement. 6. E-verify Requirements . To the extent applicable under ARIZ . REV. STAT. § 41- 4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws and regulations that relate to their employees and their compliance with the E-verify requireme nts under ARIZ . REV. STAT. § 23-214(A). Contractor’s or its subcontractors’ failure to comply with such warranty shall be deemed a material breach of this Agreement and may result in the termination of this Agreement by the Town. 7. Israel. Contractor certifies that it is not currently engaged in and agrees for the duration of this Agreement that it will not engage in a “boycott,” as that term is defined in ARIZ . REV. STAT. § 35-393, of Israel. 8. Conflict of Interest. This Agreement may be canceled by the Town pursuant to ARIZ . REV. STAT. § 38-511. 9. Applicable Law; Venue. This Agreement shall be governed by the laws of the State of Arizona and a suit pertaining to this Agreement may be brought only in courts in Maricopa County, Arizona. 10. Agreement Subject to Appropriation. The Town is obligated only to pay its obligations set forth in this Agreement as may lawfully be ma de from funds appropriated and budgeted for that purpose during the Town’s then current fiscal year. The Town’s obligations 4 under this Agreement are current expenses subject to the “budget law” and the unfettered legislative discretion of the Town concerning budgeted purposes and appropriation of funds. Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this Agreement shall be deemed terminated at the end of the then-current fiscal year term for which such funds were appropriated and budgeted for such purpose and the Town shall be relieved of any subsequent obligation under this Agreement. The parties agree that the Town has no obligation or duty of good faith to budget or appropriate the payment of the Town’s obligations set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which this Agreement is executed and delivered. The Town shall be the sole judge and authority in determining the availability of funds for its obligations unde r this Agreement. The Town shall keep Contractor informed as to the availability of funds for this Agreement. The obligation of the Town to make any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim against the Town from or relating in any way to the Town’s termination of this Agreement pursuant to this section. 11. Conflicting Terms . In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement , any Town-approved work orders, the County Contract , and invoices, the documents shall govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section 2 above, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms of this Agreement or the County Contract (collectively, the “Unauthorized Conditions”), other than the Town’s project -specific requirements, are expressly declared void and shall be of no force and effect. Acceptance by the Town of any work order or invoice containing any such Unauthorized Conditions or failure to demand full compliance with the ter ms and conditions set forth in this Agreement or under the County Contract shall not alter such terms and conditions or relieve Contractor from, nor be construed or deemed a waiver of, its requirements and obligations in the performance of this Agreement. 12. Rights and Privileges . To the extent provided under the County Contract , the Town shall be afforded all of the rights and privileges afforded to County and shall be “County ” (as defined in the County Contract) for the purposes of the portions of the Count y Contract that are incorporated herein by reference. 13. Indemnification; Insurance . In addition to and in no way limiting the provisions set forth in Section 1 2 above, the Town shall be afforded all of the insurance coverage and indemnifications afforded to County to the extent provided under the County Contract , and such insurance coverage and indemnifications shall inure and apply with equal effect to the Town under this Agreement including, but not limited to, the Contractor’s obligation to provide the indemnification and insurance. In any event, the Contractor shall indemnify, defend and hold harmless the Town and each council member, officer, employee or agent thereof (the Town and any such person being herein called an “Indemnified Party”), for, from and against any and all losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable attorneys’ fees, court costs and the costs of appellate proceedings) to which any such Indemnified Party may become subject, under any theory of liability whatsoever (“Claims”), insofar as such Claims (or actions in respect thereof) relate to, arise out of, or are caused by or based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in connection with the work or services of the Contractor, its officers, employees, agents, or any tier of subcontractor in the performance of this Agreement. 5 14. Notices and Requests. Any notice or other communication required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given if (i) delivered to the party at the address set forth below, (ii) deposited in the U.S. Mail, registered or certified, return receipt requested, to the address set forth below or (iii) given to a recognized and reputable overnight delivery service, to the address set forth below: If to the Town: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Grady E. Miller, Town Manager With copy to: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Aaron D. Arnson, Town Attorney If to Contractor: Zumar Industries, Inc . 7833 N. 106th Ave. Glendale , Arizona 85307 Attn: Jody Case or at such other address, and to the attention of such other person or officer, as any party may designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed received: (i) when delivered to the party, (ii) three business days after being placed in the U.S. Mail, properly addressed, with sufficient postage or (iii) the following business day after being given to a recognized overnight delivery service, with the person giving the notice paying all required charges and instructing the delivery service to deliver on the following business day. If a copy of a notice is also given to a party’s counsel or other recipient, the provisions above governing the date on which a notice is deemed to have been received by a party shall mean and refer to the date on which the party, and not its counsel or other recipient to which a copy of the notice may be sent, is deemed to have received the notice. [SIGNATURES APPEAR ON FOLLOWING PAGES] IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first set forth above. “Town” TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation Grady E. Miller, Town Manager ATTEST: Elizabeth A. Klein, Town Clerk APPROVED AS TO FORM: Aaron D. Arnson, Town Attorney [SIGNATURES CONTINUE ON FOLLOWING PAGES] Elizabeth Klein (Oct 7, 2021 08:50 PDT) “Contractor” ____________________________________, By: Name: Title: Zumar Industries, Inc., a(n) Arizona corporation Jody Case (Oct 7, 2021 07:16 PDT) Sales Manager Jody Case EXHIBIT A TO COOPERATIVE SERVICES AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND ZUMAR INDUSTRIES, INC. [County Contract] See following pages. YC CONTRACT NO. 2O2I-273 CONTRACT THIS AGREEMENT, made and entered into this 2l'r day of July, 2021, by and between the COUNTY OF YAVAPAI, State of Arizona, acting by and through its Board of Supervisors, party of the first part. hereinafter designated the COUNTY, and ZUMAR INDUSTRIES, INC., party of the second part, hereinafter designated the CONTRACTOR. This contract will be in effect from August I . 2021 , to July 3l .2022. The "Project Provisions and Specifications", "Subcontracting Certification". "Proposal", "Plans" and "Addenda" thereto, if any, are by this reference made a parl of this contract to the same extent as if set forth herein in full. It is further covenanted and agreed that the work shall be executed under the direction and supervision of the Engineer of the County of Yavapai, or his properly authorized agents, on whose inspection all work shall be accepted or rejected. The said Engineer shall have full power to reject or condemn all materials fumished or work performed under this contract, which do not conform to the terms and conditions herein expressed. In the event said Engineer exercises his right to reject work and the deficiency is not corrected, a notice of noncompliance shall be issued to the Contractor. Payment may be withheld on account of defective work not remedied. All claims or disputes arising out of this contract or the breach of it may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association. Page I of3 WITNESSETH: That the Contractor by these presents does covenant, contract and agree with the County, for and in consideration for the payments made as provided for in the Specification and in the Proposal, to the Contractor by the County. and under the penalty expressed in the bonds hereto attached, at his proper cost and expense to do all the work and fumish all materials, tools, labor, and all appliances and appurtenances called for by this agreement free from all claims, liens, and charges whatsoever, in the nranner and under the conditions hereinafter specified, that are necessary for SUPPLY AND/OR SUPPLY AND DELIVER SIGNS, SIGN POSTS, RELATED HARDWARE, AND ACCESSORTES IN YAVAPAI COUNTY, ARIZONA - CONTRACT #2123003. The work done and materials and equipment fumished shall be strictly pursuant to and in conformity with the Specifications and Plans. The specifications and drawings fumished by the Contractor with his proposal, and the additional drawings or prints and other infonnation fumished by the Contractor in accordance with the Specifications, are made a part of this agreement. The said Specifications and Plans prepared by the Yavapai County Engineer. Prescott, Arizona, for the said County of Yavapai are intended to be complimentary therewith. Any work appearing in or upon the one and not mentioned in the others shall be executed according to the true intent and meaning of said Specitications and Plans, drawings or prints. the same as though the said work was contained and described in all. YC CONTRACT NO. 2021-273 Contractor hereby warrants that it will at all times during the term of this Contract comply with all federal immigration laws applicable to Contractor's employment of its employees. and with the requirements of A.R.S. $23-214(A) (together the "State and Federal Immigration Laws"). Contractor shall further ensure that each subcontractor who performs any work for Contractor under this contract likewise complies with the State and Federal Immigration Laws. Contractor agrees and warrants that County shall have the right at any time to inspect the books and records of Contractor and any subcontractor in order to verify such party's compliance with the state and federal immigration laws. Contractor agrees that any acl by the Contractor or subcontractor that result in the impedimenl or denial of access of the books and records of Contractor or subcontractor shall be a material breach of the Contract on the part of the Contractor. Nothing herein shall make Contractor or subcontractor an agent or employee of the County. Nothing herein shall act to establish privity of contract bet\4,een the County and any subcontractor. Any breach of Contractor's or any subcontractor's warranty of compliance with the State and Federal lmmigration Laws. or of any other provision of this section, shall be deemed to be a material breach of this Contract subjecting Contractor to penalties up to and including suspension or termination of this Contract. If the breach is by a subcontractor, and the subcontract is suspended or terminated as a result. Contractor shall be required to take such steps as may be necessary to either self-perfomr the services that would have been provided under the subcontract or retain a replacement subcontractor. subject to County approval as soon as possible so as not to delay project completion. Contractor shall advise each subcontractor of County's rights, and the subcontractor's obligations, under this Article by including a provision in each subcontract substantially in the following form: "Subcontractor hereby warrants that it will at all times during the term of this contract comply with all federal immigration laws applicable to subcontractor's employees, and with the requirements of A.R.S. $23-214(A). Subcontractor further agrees that County may inspect the subcontractor's books and records to ensure that subcontractor is in compliance with these requirements. Any breach of this paragraph by subcontractor will be deemed to be a material breach of this contract subjecting subcontractor to penalties up to and including suspension or termination of this contract." Any additional costs attributable directly or indirectly to remedial action under this Article shall be the responsibility of Contractor. This contract is subject to cancellation pursuant to A.R.S. $38-51 I Page 2 of 3 In retum for the performance of this contract by the Contractor, the County agrees to pay the amount PER THE PROPOSAL (including all applicable taxes) through a payment schedule as described in the contract documents and as may be modified and executed by change orders and by final quantities. Contractor understands that Yavapai County has established an Electronic Funds Transfer (EFT) program for all payments to providers of goods and services to YC CONTRACT NO. 2O2I-273 the County and agrees to accept EFT payments in full satisfaction of the County's payment obligations pursuant to this Contract. Contractor further agrees to register for the County's EFT program within one month following the effective date of this Contract and understands that failure to comply with this registration requirement shall result in suspension of payments pursuant to this Contract until such time as the registration process is completed. Written Certilication Pursuant to A.R.S. Q35-393.01. If Contractor engages in for-profit activity and has l0 or more employees, and if this Contract has a value of $100.000 or more, Contractor certifies it is not curently engaged in. and agrees for the duration of this Contract to not engage in, a boycott of goods or services from Israel. This certification does not apply to a boycott prohibited by 50 U.S.C. $4842 or a regulation issued pursuant to 50 U.S.C. $4842. IN WITNESS WHEREOF, two (2) identical counterparts of this contract, each of which shall for all purposes be deemed an original thereof, have been duly executed by the parties named, on the date and year first herein written. YAVAPAI COUNTY Party ofthe First Part ATTEST: Kim Kapin, Yavapai Co e Board By: Ciaigrt. Brow n, Chairman Yavapai County Board of Supervisors ZUMAR INDUSTRIES, INC. Party of the Second Part By: 3 N. l06rh Avenue Glendale, AZ 85307 Phone:623.931.7446 Fa,x: 623.877.7446 Email:od !(I unt a [.c ol]l c19 r cial Title) 7 Page 3 of 3 YC CONTRACT NO. 202I-273 PRoPoSAL Honorable Board ol Superlisors of Yavapai County Prescotl. Arizona Members: In compliance with 1'our invitation for bid and all conditions of the contract documents. the undersigned Zu 7n I a corporation organized under rhe laws of the State ol__jI)JA-D{--a parlne rship consisting ol 5iEnc 5,ara nnclc Rplilp,l harrlwatr Lkucsdrbr-a-r I l--T or indir idual trading as of the City of Chndalt hereby proposes and agrees to t'umish any and all plant. materials. labor. construction equipnrent, services. etcetera, required to SUPPLY AND/OR SUPPLY AND DELIVER SIGNS, SIGN POSTS. RELATED HARDWARE, AND ACCESSORIES IN YAVAPAI COUNTY, ARIZONA - CONTRACT #2123003, in strict accordance with the specificalions and to supply materials. equipnrent. services therein for the Ourer, in a good and workmanlike substantial nranner and to the satislaction ofthe Ouner. through its properly authorized agents and under the direction and the superv ision of its properly authorized agents and strictly pursuant to and in conformitv u ith the Specifications prepared by thc Or+ner or their properlv authorized agents. as provided hercin. at lhe unit price(s) including all applicable taxes including but not limited lo Arizona Vendor's Transaction Privilege (Sales) Tax and Oul of State Vendor's Use Tax: I ourc tunt lb, 0.0)t YC CONTRACT NO. 2O2I-273 BID ITEMS FOR SIGNS FOR YAVAPAI COUNTY * * NO nRIITE-INS r r UNI]' PRJCE - EACH High lntensitv Prismatic Sheeting Diamond Grade Sheeting I.SIGNS I. RI.I OCTA(;ON SHAPED STOP SIGNS lA. Rl-l-30 (sub) 30 x 30 inch stop sign $ le. t{$ c*0.e I I B. R I - I -36 (sub) 36 x 36 inch stop sign s i3 t'/$ 01,)5- I C. R l- l-48 (sub) 48 x 48 inch stop sign s l2a.il $ /1A50 2. RI.2 EQUILATERAL 'I'RIANGLE SHAPED }'IELD SIGNS 2A. Rl-2-36 (sub) 36 x 36 x 36 inch yield sign $ lt.?e s ll,rP 3. OTHER R.EGULATORI' SIG.\S 3A. 12x6 inchsign $ il,1r $ 3e,et 38. l2 x 12 inch srgn $ al,{{$ e3.t{ 3C. l2 x l8 inch sign $ )3,31 $ 3L7r 3D. 18 x 6 inch sign $ ea.r{$ il.|I 3E. 24 x 18 inch sign 3F. IE x 24 inch sign $bo.li $'/1,tr( $ a1,03 s 3b.0{ 3G. 24 x 12 inch sign s 3t.3'l $10 v1 3H. 24 x24 inch sign s 38.0)s n,'/3 31. 24 x 48 inch sign $t.q{$ 7?,2b 3J. 34 x .i0 inch sign lK. 30 x l8 inch sign s 17.)2 S 1J, Lb $ 10.17 5 5l.t{ 3L. 30 x 30 inch sign $t l.0i $ bt,10 3M. 30 x 36 inch sign $ t'1'1'l $ b|,t2 2 I I YC CONTRACT NO. 2O2T-273 BID ITEMS FOR SIGNS FOR YAVAPAI COUNTY UNIT PRICE - EACH High Intensih Prismatic Sheeting Diamond Crade Sheeting 3N. 36 x 12 inch sign s 35.(ttr s tll 77 lO. 36 x 24 inch sign $ 13. lr $ {0.9q lP. 36 x 48 inch sign $ 1s.8tr $ ?1,3{ 3Q. 48 x 30 inch sign $ LL.7b $ u.71 3R. 48 x 48 inch sien $ t12 3c $ /f1.11 35. 60 x 20 inch sign $10 3{$ /01,22 3T. 60 x 30 inch sien s 18.5tr s /31,/,9 .I. WARNING SIGNS 4A. 12 x 36 inch sign s 3t. k0 $ x{. btr 48. 18 x 18 inch sign $et3l $ 3t )t/ 4C. 24 x l8 inch sign $ 12.81 $tt7l 4D. 18 x 24 inch sign r10,71 5 tll 07 48. 24 x 8 inch sign s )b,t{$ n,q7 4F. 24 x 24 inch sign s'11,1,s {e.fl .lG. 2.1 r l2 inch sisn s'/0.8\$ t0.81 4H. 24 x 30 inch sign s )?.7)$ f{.ll 41. 30 x 30 inch sign $'11,1{s bl,7l .lJ. 36 r 8 inch sign s 3t.&'7 s 11,v3 4K. 36 x l8 inch sign s 51.711 S fl,511 4L. 36 x 16 inch sisn s hl, ttr $ 70, 11 4M. 36 inch diameter sign S tr\,1tr $ f 1.7tr J I I I I YC CONTRACT NO. 2O2I-273 (INIT PRICE. EACHBID ITEMS High Intensitl' Prismatic Shecting Diamond Grade Sheeting 4N. .18 x 24 inch sign s be. 2l /,0. y/$ $ /3) E34O. 48 x !8 inch sign 4P.6 x l2 inch sign s 3l,yt $ /y2.?) s il.aF 4Q. 6 x 24 inch sign 31.77S s 3f,/4 5. T,lILE MARKER/DIRECTI(h-AL SIGNS 5A. l0 x l8 inch sign $ 30,f|,r,31S 58. l0 x 27 inch sign s /0,/,1 $11, t2 5C. l0 x 36 inch sign s //3. j/$ 4?.5q 5D. 24 x l2 inch sign s 3t.3y s yt. fq 5E. 24 x 30 inch ('ountl Route sign $ /n,rq $ /11.13 $ 3?,/q5F.21 x l5 inch Route Arrows/Junction s ye.0l 6. SCHoOL SI(;NS & PEDESTRIAN SIGNS (3M DIAMOND (;RADE }'ELLOW.GRIi,EN) Each$./e.7{{A. l8 x l8 inch sign 68. 30 x i0 inch sign L-achs f3.a? 6C.24x8inchsign 6D. 36 x 36 inch sign 5 Jt/r Each Each5 bT.1i 6E. 48 x 48 inch sign l+lt.lt Each$ 7. EXTRTiDED S1'REET SIGN BLANKS 7A. l8 x 6 inch sign F-ac ht1.2{5 78. 21x 6 inch sign l--ac hs l1,Lx 7C. 24 x 9 inch sign $nt1 Each { I I YC CONTRACT NO. 2021.273 BID ITE]\'S UNIT PRJCE. EACH 7D. 30 x 6 inch sign s /{. 1l Each 7E. 30 x 9 inch sign s /1, {7 Each 7F. 36 x 6 inch sign $ l?, r,3 Each 7C. 36 x 9 inch sign s i.t,5q Each 7H. 42 x 6 inch sign s tt.5 (,lrach 71. 42 x9 inch sign s )3 ((t Each 7J.48x6inchsign $ at,3(t Each 7K.48x9inchsign $ )5.bt Each 8. EXTRUDED ALUMINUM CTISTOM STREET NAME SI(;NS. H.I.P. 8A. l8 x 6 inch sign s )9. rl Each 88. 24 x 6 inch sign $ t3.71 Each 8C. 24 x 9 inch sign s /?, t3 Each 8D. 30 x 6 inch sign sybl)Each 8E. 30 x 9 inch sign s s3.yl Each 8F. 36 x 6 inch sign s l?,13 Each EG. 36 r 9 inch sign s5??f Each 8ll. 42 x 6 inch sign s 5l.fg Each 81.-l2x9inchsign 8J.48x6inchsign s l,l,2b Each s l,{.10 Each 8K..l8x9inchsign $ 61.7)E ach 5 I YC CONTRACT NO. 2O2I-273 II. POSTS, RELATED HARDWARE & ACCESSORIES l DELINEATOR SIGr- POST I A. l.l2# per linear foot. 5.5 l'ect lcngth $ (07 50 Bundlc of 50 2. G.{LYA]\I7-f,D SIGN POSTS 2A. 2.0# per linear foot, 5.5 l'ee t length Bundle of 50s lll0 28. 2.0# per linear foot. 6 feet length Bundle of 50$ l13g Bundlc of 50$ t5l0 502C.2.0# per linear foot. 7.5 l'eet length 2D.2.0# per linear foot, 8 leet length Bundle ol50s /b3t-50 3. SQUARE S'I'[,EL SIGN PoSTS Price Per 12 znd 21 Ft, LenBths 100 500 700 Item No. 12 FT 2{ FT 12 FT 21 FT 12 r"t 21 FT Dimensions (inches) (iauge |.75 ' x 1.75"t2 $ 05.13 $ )3A ql $ /,1.1{5 /e2.e,ss)37 s /11,6t/ JB 2.00" x 2.00"t2 $ 71.0)s tll y)s'b|.0(/s /11.2?s /rf.30 s /30,51 JL 2.25" x 2.25"t2 s t!.&t!s lt,i, 3''l s ?t.il s /ir. qb $ ?1.12 5 Hl, /? $n. L9 $ tt.t klt2$/t)n. (0 s /8r,at $ q1.q?s 1'11. I'l 100 500 700 ]E 2.50" x 18"t2 s a0.31 $ t1. rf 3F 2.25" x 36"t2 s (tt.1i /t $ttt. |lt {. DEI,I\EATORS h. u,ith in-und driven base44. Davidson tG 300. Model PF-.48" len $ $ i 80'1.00 Boxof25 48- Davidson lG 300. Model UR.48'length. sith in-ground driren base s ten.7{Box of 25 .lC. Davidson FG 300. Model EFX.,18- length. *ith in-ground driven base s ltt\ ,50 tsox of 25 4D. SHUR-TITE SHUR-FI-EX Surface Mount Delineator. Item #S F-0140 $ 15?.1{Box of 25 4E. SHUR-TITE SHUR-FI-EX Drivable Delineator. Item #SD003l. .18" length s ll'10 ,2.-{Box of25 6 3D 2.50'' x 2.50" YC CONTRACT NO. 2O2T-273 BID ITEIIIS 4F. SHUR-TITE Sl-lUR-FLEX Ground N4ount Delineator,48" length 4C. SAFE-HIT Surface Mount Delineator, 48" length s 1570. es' s I 't?/.ty tsox ol'25 5. BARRICADES/CONES 5A. Banicade Type II. 8/8" x 24" Plastic Waffle Panels IJip. l4 Gauge Galvanized Steel Legs g blt/e.5/ Bundle or5o 58. Cone 28" 7 LB 2-Collar Stenciled "YAVAPAI COUNTY"S /371,5/ Bundle ol'50 5C. LED Barrrcade l-ights S /&e I .00 Bundle ol'50 5D. 44" Vertical Panels with HIP Sheeting s {l?7.01)tsundle of 5t) 5E. Vertical Panel rvith rubber bases $ Y0?7,1/ Bundle of 5o 6. EXTRI]DEI) STREET SIGN BRACKETS 6A,. 5.5" unilersal post cap s 5-. ,l Bundle of 50 68. l2'' universal post cap $ /0,f3 Bundleol'50 6C. l8 ' universal post cap 5 75. 7ol y'tBundteotso 6D. 24 universal post cap s 3c.E/)Bundle of 50 6E. 5.5" u-channel gO-degree post cap s 'l .?1 Bundle of 5o 6[:. 5.5 u-channcl 180-dcgree post cap s 1,14 Bundle of 50 6G. 12" u-channel 90-degree post cap $ ll, l(t Bundle of5o 6H. 12" u-channel I80de post caP 6I 18" u-channel g0-dcgree posl cap s tl Elt Bundle of 50 $ enr Bund[- ol 5(l 6J. 18" u-channel 180{e post cap $ a?.)P llund le of -50 6K. 24" u-channel 90-degree post cap s 31,01 []und le ol50 1 I Ilox ol' 25 I BID ITEIlIS 6L. 24" u-channel 180-degree post cap s 3r.lq Bundlc ol'50 $ { .9 (r Bundle or 5o6M. 5-5 cross piece 90-degree 6N. 12" cross piece 9O-degree $ /0, trlt Bundlc of 5t) 6O. 18" cross piece 90-degrec $ 3y,[1 Bundle ol50 6P. 24" cross piece 90iegrec $ 31.72 Bundle ot' 50 6Q. 5.5 adiustable cross piece sq,f7 Bundle ol' 50 6R. 12" adjustablc cross piece s /1.e1 Bundle ol' 50 YC CONTRACT NO. 2O2I-273 Estimated usage anrounts arc lbr bidding purposes onll'and Yavapai County does nol guarantee anv maximum or minimum amounts of purchase. Upon Receipt of Notice ofAcccptanc€ oflhis bid. the undersigned will execute the formal Contract within l0 days. The undersigned has caret'ully'checked all the above figures and understands that the Board of Supervisors ofYavapai (-ount1'. Arizona. s,ill not be responsible for any errors or omissions on the pan ofthe undersigned in nraking up this bid. 1'he undersigned underslands thal the ('ount\ reserves the right to reject an1'and./or all bids. or to rvaive an1, informalities in an1' bid. deemed b1' them to be for the best interesls ofthe County of Yavapai. Arizona. Past perfornrance on Countl.' projects or other public projects *,illbe evaluated in au,arding contracts. and the County mal decide to as'ard to a r endor uho is nr,,l the lou bidder. Contraclor understands that Yavapai ('ount1, has established an Eleclronic Funds Transfer (EF'I ) program lbr all pal,ments to providers ol'goods and services to the Count),and agrees to accept EFT paymenls in lull satisfaction of the Countl,'s pa)'ment obligations pursuant lo this Contracl. Contractor funher agrees to regis(er for the Count\'s EFT program within one month lbllou'ing the effective date of this ('ontract and underslands that failure to compll' \\ilh this regislralion requirement shall result in suspension of pa),ments pursuant to this Contract until such time as the registration process is completed. ll aoolicable ro the trade. the undersisned is the holder of License No. U /tl and clalsification ,l//A an Arizona Commercial ('ontractors E I I YC CONTRACT NO. 202I.273 If Bidder is an out-of-state r endor l. Please identily whether please provide your tax I[) number yolu are reer1ered with the Arizona Dept. of Revenue If so 2. Doyoupay any salestaxgsto)ourown stateon the items required under this contract? lf so. sl,ate the tax rate: N /A PLb.ASE NO'I-E: Yar apai Countl becomes liable for Arizona use tax if out-of-state vendors are not registered \\'ith the departnrenl of re\ enue and in cases \rhere the vendor's stale sales tax or other excise tax is less than the Arizona use tax rale. Arizona use tax is currently-, 5.6o4: some Arizona ciliesalso imposea usetar rate. These additionel sums u ill be added to th€ bid price su bmitted when comparing all bids to determine the lowest bidder. By signing beloE, the Bidder certifies that submission of this bid did not involve collusion or other anti{ompetitive practices and that she/he has read, understands and uill faithfulll' execute the terms and conditions slrted herein. The signer also certifies that she/he is an ollicer or fully authorized agenl of the bidding firm with full power and authorill to submit hinding offers for the goorls or scrvices as specificd. DEYIATIONS T'R()M COUNTY SPECIFI('ATIONS MAY RESIII,T IN REJECTION OT BID Respectf ulll subnritted. Turqq fnoladri JnC Bidder (Company Name) lc ial itle) 7P 1'/vtrt trt Address Z Ch1'/StateiZip Code Telephone/Fax Numbers 7 ,.X 7- Erna il I io/v,fr ztma(. / /2/1,1 YC CONTRACT NO. 2021.273 SLIBCONTRA('TIN(; CERl'IFICATI0N At the timc of thc submission of bids lbr SLIPPLY AND/OR SUPPLY AND DELMR SIGNS, SIGN POSTS, RELATf,D HARDWARE, AND ACCESSORIES IN YAVAPAI COIINTY, ARIZONA - CONTRACT #2123003, nry intention concerning subcontracting a ponion of the work is as indicated belo$ . ln indicating that it is nr1 intention to subcontracl a portion of the work. this u'ill acknowledge that the subcontraclors are identified below. and any documenlation. such as copies of letters, requests for quotations. quotations. etc.. substantiating the actions taken and the rcsponses to such actions will be made available upon requesl. This documenl must be completed and submitted rvith ,'"our hid It is not mv intention to subcontract a ponion of the work _ It is nr,v- intention to subcontract a portion of the work using the following subconlractors. (List companl name and business address of each specialty subconlractor. Onll- one name shall be listcd for each category. Use a second page if necessaD.) (l) (2) (3) (4) 7um rIn Nanre of Firnr ature/Title) I)ate BID TABULATION SUPPLY AND/OR SUPPLY AND DELIVER SIGNS, SIGN POSTS, RELATED HARDWARE, AND ACCESSORIES IN YAVAPAI COUNTY, ARIZONA CONTRACT #2123003 - EFFECTIVE 8/1/21 - 7/31/22 1 High Intensity Prismatic Sheeting Diamond Grade Sheeting High Intensity Prismatic Sheeting Diamond Grade Sheeting High Intensity Prismatic Sheeting Diamond Grade Sheeting High Intensity Prismatic Sheeting Diamond Grade Sheeting High Intensity Prismatic Sheeting Diamond Grade Sheeting 1A. R1-1-30 (sub) 30" x 30"71.25$ 78.75$ 54.69$ 62.50$ 42.15$ 50.21$ 1B. R1-1-36 (sub) 36" x 36"102.60$ 113.40$ 99.00$ 117.00$ 53.14$ 64.75$ 1C. R1-1-48 (sub) 48" x 48"182.40$ 201.60$ 176.00$ 208.00$ 122.36$ 132.50$ 2A. R1-2-36 (sub) 36" x 36" x 36"95.00$ 105.00$ 34.21$ 39.10$ 48.92$ 61.58$ 3A. 12" x 6"11.00$ 12.00$ 4.38$ 5.00$ 31.48$ 32.28$ 3B. 12" x 12"13.00$ 15.00$ 8.75$ 10.00$ 21.85$ 23.15$ 3C. 12" x 18" 18.00$ 21.00$ 13.13$ 15.00$ 23.34$ 31.75$ 3D. 18" x 6"13.00$ 15.00$ 6.56$ 7.50$ 20.95$ 21.91$ 3E. 24" x 18"34.20$ 37.80$ 26.25$ 30.00$ 30.95$ 49.88$ 3F. 18" x 24"34.20$ 37.80$ 26.25$ 30.00$ 29.03$ 36.05$ 3G. 24" x 12"23.00$ 25.00$ 17.50$ 20.00$ 38.34$ 40.89$ 3H. 24" x 24"46.00$ 49.00$ 35.00$ 40.00$ 38.07$ 47.43$ 3I. 24" x 48"96.00$ 108.00$ 70.00$ 80.00$ 71.95$ 77.26$ 3J. 24" x 30"57.00$ 63.00$ 43.75$ 50.00$ 37.22$ 43.66$ 3K. 30" x 18"42.75$ 47.25$ 32.81$ 37.50$ 46.32$ 51.15$ 3L. 30" x 30"70.00$ 78.75$ 54.69$ 62.50$ 51.05$ 61.36$ 3M. 30" x 36"85.50$ 94.50$ 65.63$ 75.00$ 54.34$ 64.02$ 3N. 36" x 12"34.20$ 37.80$ 26.25$ 30.00$ 35.68$ 41.37$ 3O. 36" x 24"68.40$ 75.60$ 52.50$ 60.00$ 43.18$ 50.89$ 3P. 36" x 48"135.00$ 148.80$ 132.00$ 168.00$ 75.88$ 91.35$ 3Q. 48" x 30"120.00$ 135.80$ 110.00$ 140.00$ 66.73$ 82.79$ 3R. 48" x 48"192.00$ 216.00$ 176.00$ 208.00$ 122.36$ 159.63$ 3S. 60" x 20"120.00$ 135.00$ 91.66$ 108.33$ 96.35$ 109.22$ 3T. 60" x 30"150.00$ 168.75$ 137.50$ 162.50$ 118.58$ 134.69$ 4A. 12" x 36"34.20$ 37.80$ 26.25$ 30.00$ 31.80$ 35.68$ 4B. 18" x 18"25.50$ 28.00$ 19.68$ 22.50$ 25.31$ 28.24$ 4C. 24" x 18"34.20$ 37.80$ 26.25$ 30.00$ 42.81$ 46.74$ 4D. 18" x 24"34.20$ 37.80$ 26.25$ 30.00$ 40.79$ 44.67$ 4E. 24" x 8"23.00$ 25.00$ 11.64$ 13.30$ 36.05$ 37.97$ 4F. 24" x 24"45.60$ 50.00$ 35.00$ 40.00$ 47.33$ 52.54$ 4G. 24" x 12"23.00$ 25.00$ 17.50$ 20.00$ 40.84$ 40.89$ 4H. 24" x 30"57.00$ 63.00$ 43.75$ 50.00$ 37.22$ 55.46$ 4I. 30" x 30"70.00$ 78.75$ 54.69$ 62.50$ 44.35$ 69.71$ 4J. 36" x 8"34.20$ 37.80$ 17.50$ 20.00$ 38.87$ 41.48$ 4K. 36" x 18"51.30$ 56.50$ 39.38$ 45.00$ 51.74$ 57.54$ 4L. 36" x 36"102.60$ 113.40$ 78.75$ 90.00$ 61.58$ 70.19$ 4M. 36" diameter sign 105.00$ 115.00$ 81.78$ 93.38$ 4N. 48" x 24"96.00$ 108.00$ 88.00$ 104.00$ 62.21$ 60.41$ 4O. 48" x 48"192.00$ 216.00$ 176.00$ 208.00$ 131.93$ 142.93$ 4P. 6" x 12"11.00$ 12.00$ 4.38$ 5.00$ 31.48$ 32.28$ 4Q. 6" x 24"13.00$ 15.00$ 8.75$ 10.00$ 33.77$ 35.04$ 5A. 10" x 18"17.00$ 19.00$ 10.94$ 12.50$ 36.48$ 38.39$ 5B. 10" x 27"28.00$ 30.00$ 16.41$ 18.70$ 40.63$ 43.82$ 5C. 10" x 36"34.20$ 38.00$ 21.88$ 25.00$ 43.71$ 47.59$ 5D. 24" x 12"23.00$ 25.00$ 17.50$ 20.00$ 38.34$ 40.89$ 5E. 24" x 30" County Route sign 57.00$ 63.00$ 43.75$ 50.00$ 107.89$ 114.33$ 5F. 21" x 15" Route Arrows/Junction 34.20$ 38.00$ 19.16$ 21.90$ 39.19$ 42.01$ Centerline Supply, Inc. UNIT PRICE - EACH UNIT PRICE - EACH Interwest Safety Supply, LLC Pacific Products and Services, LLC Xcessories Squared Southwest, Inc. Zumar Industries, Inc. 5. MILE MARKER/DIRECTIONAL SIGNS UNIT PRICE - EACH UNIT PRICE - EACH UNIT PRICE - EACH 4. WARNING SIGNS 2. R1-2 EQUILATERAL TRIANGLE SHAPED YIELD SIGNS 3. OTHER REGULATORY SIGNS I. SIGNS 1. R1-1 OCTAGON SHAPED STOP SIGNS BID TABULATION SUPPLY AND/OR SUPPLY AND DELIVER SIGNS, SIGN POSTS, RELATED HARDWARE, AND ACCESSORIES IN YAVAPAI COUNTY, ARIZONA CONTRACT #2123003 - EFFECTIVE 8/1/21 - 7/31/22 2 Centerline Supply, Inc. Interwest Safety Supply, LLC Pacific Products and Services, LLC Xcessories Squared Southwest, Inc. Zumar Industries, Inc. 6A. 18" x 18" 6B. 30" x 30" 6C. 24" x 8" 6D. 36" x 36" 6E. 48 x 48" 7A. 18" x 6" 7B. 24" x 6" 7C. 24" x 9" 7D. 30" x 6" 7E. 30" x 9" 7F. 36" x 6" 7G. 36" x 9" 7H. 42" x 6" 7I. 42" x 9" 7J. 48" x 6" 7K. 48" x 9" 8A. 18" x 6" 8B. 24" x 6" 8C. 24" x 9" 8D. 30" x 6" 8E. 30" x 9" 8F. 36" x 6" 8G. 36" x 9" 8H. 42" x 6" 8I. 42" x 9" 8J. 48" x 6" 8K. 48" x 9" 34.00$ 7. EXTRUDED STREET SIGN BLANKS 117.00$ 113.40$ 65.30$ 69.73$ 49.03$ 57.27$ 61.26$ 49.13$ 46.47$ 53.44$ 51.58$ 59.00$ 39.00$ 68.00$ 57.50$ 72.00$ 65.00$ 85.00$ 19.50$ 34.00$ 24.50$ 42.50$ 29.25$ 51.14$ 24.70$ 39.54$ 21.59$ 18.56$ 23.66$ 21.36$ 25.68$ 20.00$ 17.00$ 23.00$ 25.00$ 26.25$ 14.50$ 14.50$ 16.90$ 16.90$ 19.50$ 17.49$ 15.90$ 19.57$ 17.23$ 15.00$ 6.00$ 8.00$ 9.70$ 10.00$ 12.00$ 12.00$ 10.00$ 14.00$ 13.00$ 13.25$ 14.62$ 17.00$ 38.18$ 145.11$ 63.33$ 78.75$ 25.00$ 216.00$ 81.25$ 17.33$ 208.00$ 28.00$ 29.25$ 42.75$ 53.28$ UNIT PRICE - EACH UNIT PRICE - EACH UNIT PRICE - EACH UNIT PRICE - EACH UNIT PRICE - EACH 6. SCHOOL SIGNS & PEDESTRIAN SIGNS (3M DIAMOND GRADE YELLOW-GREEN) 8.00$ 41.00$ 54.50$ 14.75$ 43.50$ 33.15$ 49.00$ 62.00$ 43.71$ 8. EXTRUDED ALUMINUM CUSTOM STREET NAME SIGNS, H.I.P. BID TABULATION SUPPLY AND/OR SUPPLY AND DELIVER SIGNS, SIGN POSTS, RELATED HARDWARE, AND ACCESSORIES IN YAVAPAI COUNTY, ARIZONA CONTRACT #2123003 - EFFECTIVE 8/1/21 - 7/31/22 3 Centerline Supply, Inc. Interwest Safety Supply, LLC Pacific Products and Services, LLC Xcessories Squared Southwest, Inc. Zumar Industries, Inc. 1A. 1.12# per linear foot, 5.5 feet length 2A. 2.0# per linear foot, 5.5 feet length 2B. 2.0# per linear foot, 6 feet length 2C. 2.0# per linear foot, 7.5 feet length 2D. 2.0# per linear foot, 8 feet length Dimensions (inches) / Gauge 3A. 1.75" x 1.75" / 12 3B. 2.00" x 2.00" / 12 3C. 2.25" x 2.25" / 12 3D. 2.50" x 2.50" / 12 3E. 2.50" x 18" / 12 3F. 2.25" x 36" / 12 4A. Davidson FG 300, Model PE, 48" length, with in-ground driven base 4B. Davidson FG 300, Model UR, 48" length, with in-ground driven base 4C. Davidson FG 300, Model EFX, 48" length, with in-ground driven base 4D. SHUR-TITE SHUR-FLEX Surface Mount Delineator, Item #SF0140 4E. SHUR-TITE SHUR-FLEX Drivable Delineator, Item #SD0031, 48" length 4F. SHUR-TITE SHUR-FLEX Ground Mount Delineator, 48" length 4G. SAFE-HIT Surface Mount Delineator, 48" length 5A. Barricade Type II, 8/8" x 24" Plastic Waffle Panels Hip, 14 Gauge Galvanized Steel Legs 5B. Cone 28" 7LB 2-Collar Stenciled "YAVAPAI COUNTY" 5C. LED Barricade Lights 5D. 44" Vertical Panels with HIP Sheeting 5E. Vertical Panel with rubber base 100 count: $18.00 500 count: $17.00 700 count: $16.50 100 count: $33.86 500 count: $19.56 700 count: $19.50 100 count: $21.50 500 count: $20.70 700 count: $20.00 100 count: $27.45 500 count: $13.15 700 count: $13.00 100 count: $11.00 500 count: $10.00 700 count: $9.75 100 count: $20.31 500 count: $18.66 700 count: $17.55100 count: $68.33 500 count: $63.49 700 count: $59.50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 5. BARRICADES/CONES 100 count: 12 FT / 24 FT 500 count: 12 FT / 24 FT 700 count: 12 FT / 24 FT 100 count: 12 FT / 24 FT 500 count: 12 FT / 24 FT 700 count: 12 FT / 24 FT 100 count: 12 FT / 24 FT 500 count: 12 FT / 24 FT 700 count: 12 FT / 24 FT 100 count: 12 FT / 24 FT 500 count: 12 FT / 24 FT 700 count: 12 FT / 24 FT 100 count: 12 FT / 24 FT 500 count: 12 FT / 24 FT 700 count: 12 FT / 24 FT II. POSTS, RELATED HARDWARE & ACCESSORIES 1. DELINEATOR SIGN POST 1,814.50$ 953.25$ 1,370.25$ 1,370.25$ 1,366.00$ 1,637.50$ 1,366.00$ 2,100.00$ 2,200.00$ 1,880.00$ 1,880.00$ 656.75$ 1,170.00$ 800.00$ 1,100.00$ 1,610.00$ 807.00$ 1,282.75$ 1,438.00$ 1,510.50$ 1,635.50$ 850.00$ 1,065.00$ 1,140.00$ 1,230.00$ 1,300.00$ 1,680.00$ 1,700.00$ 730.00$ 465.00$ 607.50$ UNIT PRICE - BOX OF 25 UNIT PRICE - BOX OF 25 UNIT PRICE - BOX OF 25 UNIT PRICE - BOX OF 25 UNIT PRICE - BOX OF 25 100 count: $76.77 / $132.74 500 count: $63.97 / $119.95 700 count: $63.02 / $119.04 4. DELINEATORS UNIT PRICE - PER 12 FT/24 FT LENGTH UNIT PRICE - PER 12 FT/24 FT LENGTH UNIT PRICE - PER 12 FT/24 FT LENGTH 100 count: $78.50 / $157.00 500 count: $76.50 / $153.00 700 count: $73.50 / $147.00 100 count: $64.00 / $127.00 500 count: $61.00 / $122.00 700 count: $60.00 / $121.00 100 count: $74.00 / $145.00 500 count: $71.00 / $139.00 700 count: $70.00 / $138.00 100 count: $65.78 / $130.92 500 count: $61.15 / $122.20 700 count: $57.32 / $114.54 100 count: $79.07 / $149.47 500 count: $69.66 / $139.27 700 count: $65.30 / $130.54 100 count: $83.86 / $167.34 500 count: $78.01 / $155.96 700 count: $73.12 / $146.18 100 count: $100.50 / $185.21 500 count: $93.48 / $172.61 700 count: $87.63 / $161.81 100 count: $51.50 / $102.00 500 count: $49.50 / $98.00 700 count: $49.00 / $97.00 100 count: $56.00 / $107.50 500 count: $54.00 / $103.00 700 count: $53.00 / $102.00 1,080.00$ 100 count: $72.47 / $124.73 500 count: $59.67 / $111.93 700 count: $58.77 / $111.05 100 count: $87.00 / $174.00 500 count: $84.75 / $169.50 700 count: $81.40 / $162.80 100 count: $61.00 / $122.00 500 count: $59.00 / $118.00 700 count: $57.75 / $115.50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50UNIT PRICE - BUNDLE OF 50 2,092.50$ 3,142.50$ 1,685.00$ 2,520.00$ 1,190.00$ 3,500.00$ 870.00$ 838.00$ 1,374.50$ 3. SQUARE STEEL SIGN POSTS 100 count: $12.80 500 count: $12.20 700 count: $12.00 100 count: $70.00 / $140.00 500 count: $68.50 / $137.00 700 count: $66.00 / $132.00 100 count: $63.60 / $101.40 500 count: $48.82 / $88.60 700 count: $47.92 / $87.69 100 count: $67.04 / $111.11 500 count: $54.24 / $98.30 700 count: $53.50 / $97.40 1,430.00$ UNIT PRICE - BUNDLE OF 50 2. GALVANIZED SIGN POSTS UNIT PRICE - PER 12 FT/24 FT LENGTH UNIT PRICE - PER 12 FT/24 FT LENGTH 1,370.25$ 1,821.00$ 4,097.00$ 4,097.00$ BID TABULATION SUPPLY AND/OR SUPPLY AND DELIVER SIGNS, SIGN POSTS, RELATED HARDWARE, AND ACCESSORIES IN YAVAPAI COUNTY, ARIZONA CONTRACT #2123003 - EFFECTIVE 8/1/21 - 7/31/22 4 Centerline Supply, Inc. Interwest Safety Supply, LLC Pacific Products and Services, LLC Xcessories Squared Southwest, Inc. Zumar Industries, Inc. 6A. 5.5” universal post cap 6B. 12” universal post cap 6C. 18” universal post cap 6D. 24” universal post cap 6E. 5.5” u-channel 90-degree post cap 6F. 5.5 u-channel 180-degree post cap 6G. 12” u-channel 90-degree post cap 6H. 12” u-channel 180-degree post cap 6I. 18” u-channel 90-degree post cap 6J. 18” u-channel 180-degree post cap 6K. 24” u-channel 90-degree post cap 6L. 24” u-channel 180-degree post cap 6M. 5.5 cross piece 90-degree 6N. 12” cross piece 90-degree 6O. 18” cross piece 90-degree 6P. 24” cross piece 90-degree 6Q. 5.5 adjustable cross piece 6R. 12” adjustable cross piece 39.72$ 9.57$ 13.29$ 29.78$ 34.03$ 34.03$ 5.96$ 10.26$ 34.03$ 10.53$ 25.79$ 36.90$ 4.79$ 4.79$ 10.16$ 11.86$ 29.78$ 1,125.00$ 2,699.90$ 500.00$ 927.50$ 2,154.00$ 2,455.00$ 791.00$ 590.00$ 978.00$ 978.00$ 1,980.00$ 2,367.65$ 634.56$ 1,226.48$ 590.00$ 968.00$ 2,408.00$ 2,735.00$ 590.00$ 1,980.00$ 2,699.90$ 1,775.73$ 2,029.41$ 2,029.41$ 232.35$ 587.50$ 2,029.41$ 1,650.00$ 249.50$ 587.50$ 1,775.73$ 2,198.52$ 203.68$ 587.50$ 203.68$ 587.50$ 1,775.73$ 2,770.00$ 306.00$ 800.00$ 2,770.00$ 3,230.00$ 864.00$ 278.00$ 800.00$ 800.00$ 2,360.00$ 2,360.00$ 2,770.00$ 366.00$ 780.00$ 2,360.00$ 2,950.00$ 278.00$ 5.21$ 6. EXTRUDED STREET SIGN BRACKETS UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 UNIT PRICE - BUNDLE OF 50 EXHIBIT B TO COOPERATIVE SERVICES AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND ZUMAR INDUSTRIES, INC. [Quote or Work Order] See following pages.