HomeMy WebLinkAbout001134 Original ContractA
for
City of Port Angeles
Record # 001134
PREMADE TRAFFIC SIGNS, SHEETED SIGN BLANKS, AND
ALUMINUM BLANKS
Reviewed
PURCHASE CONTRACT NO. MEC -2016-25
-G 'PORT 4A,
J�ORK AS
CITY OF PORT ANGELES
WASHINGTON
AUGUST 2016
CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
Cr�Eutf"on, P.E.
Director of Public Works & Utilities
Approved by:
William Bloor
City Attorney
Project No. MEC 2016-25 Page 1 of 20
ADDENDUM NO. 1
TO
PROJECT MANUAL
FOR
PREMADE TRAFFIC SIGNS, SHEETED SIGN
BLANKS, AND ALUMINUM BLANKS
Purchase Contract No. MEC -2016-25
NOTICE TO PROSPECTIVE BIDDERS
Bid Opening September 13, 2016
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are
amended as follows:
1. Replace existing page 12 of 20, Schedule A of the Contract Documents in its entirety
with the attached page 12 of 20.
2. Responses to Questions Received August 30, 2016:
Q1: Is this a one-time bid where everything will be ordered at the same time or will things be
ordered throughout a certain time frame?
A: This is a one-time purchase with all items to be delivered 30 days from receipt of
purchase order.
Q2: Page 12, it states all appliances shall be marked with "City of PA PW." Indicate print
location.
A: See the attached new page 12 of 20. No appliances are to be purchased on this order;
only sign materials. The "City of PA PW" marking shall not applied to the sign materials.
Q3: Does the City want 1170 Protective Overlay on all signs? Most companies use 3M 1160
Protective Overlay as a barrier to staining and other possibilities.
A: The signs are not specified to have any overlay material.
The bid opening date remains unchanged. The bid opening date is Tuesday, September 13,
2016 at 2:00 PM.
This addendum must be acknowledged in the space provided on the Addenda
Acknowledgement in the Bid Signature Sheet submitted to the City. Failure to do so may
result in the bid being rejected as non-responsive.
Craig ulton, P.E.
Director of Public Works & Utilities
Addendum 1 — MEC -2016-25
City of Port Angeles
Invitation for Bid
Purchase Contract: MEC -2416-25
Bid Item 1:
Schedule A
Premade Traffic Signs, Sheeted Sign
Blanks, and Aluminum Sign Blanks
GENERAL DESCRIPTION: Premade Traffic Signs, Sheeted Sign Blanks, and
Aluminum Sign Blanks
DATE DELIVERY REQUIRED: This is a onetime purchase. Maximum of 30 days from
receipt of purchase order for all items listed below.
Project No. MEC -2016-25 Page 12 of 20
ADDENDUM NO. 2
TO
PROJECT MANUAL
FOR
PREMADE TRAFFIC SIGNS, SHEETED SIGN
BLANKS, AND ALUMINUM BLANKS
Purchase Contract No. MEC -2016-25
NOTICE TO PROSPECTIVE BIDDERS
Bid Opening September 13, 2016
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are
amended as follows:
1. Response to Question Received September 1, 2016:
Q1: Line Items 29, 41, and 45 require Fluorescent Yellow -Green sheeting which is not
available in Type IV HIP. Should these be quoted as Type XI DG3?
A: Yes. All the above line items should be quoted as Type XI DG3.
The bid opening date remains unchanged. The bid opening date is Tuesday, September 13,
2016 at 2:00 PM.
This addendum must be acknowledged in the space provided on the Addenda
Acknowledgement in the Bid Signature Sheet submitted to the City. Failure to do so may
result in the bid being rejected as non-responsive.
Craig Fult?4
Director of Pubfic Works & Utilities
Addendum 1 — MEC -2016-25 1
August 2016
0 P0814, CITY OF PORT ANGELES
®� INVITATION TO BID
For
S Premade Traffic Signs, Sheeted Sign Blanks, and Aluminum Blanks
Sealed bids will be received by the Contract Specialist until 2:00 PM, Tuesday, September
13', 2016, and will be opened and read in the Public Works conference room, Port Angeles City
Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for the following Materials:
Premade Traffic Signs, Sheeted Sign Blanks, and Aluminum Blanks
The terms of delivery are 30 calendar days from issuance of purchase order.
Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing
contracts(a).cityofpa.us .
All bids must be on the form provided. Faxed or email bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive minor
irregularities in the bidding process.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid
to such businesses as have contacted the City for such notification. Further, all bidders are
directed to solicit and consider minority and women owned businesses as potential
subcontractors and material suppliers for this project.
Craig Fulton, P.E
Director of Public Works & Utilities
PUBLISH: Peninsula Daily News: August 28th, 2016
Project No. MEC -2016-25 Page 2 of 20
,OF PORT ANCA(
U �`N
m s
`IRKS ANOJ�
BID SUBMITTAL:
INSTRUCTIONS FOR BIDDERS
Equipment Bids
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE September 13th, 2016,
PURCHASE CONTRACT NO. MEC -2016-
25. The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
Contract Specialist, and mailed to 321 East
Fifth Street, Port Angeles, Washington
98362.
It is the intent of the attached specifications
to describe the minimum requirements for
the equipment requested in sufficient detail
to secure bids on comparable equipment.
All parts which are necessary in order to
provide a complete unit as described,
meeting all safety requirements, and ready
for operation, shall be included in the bid
and shall conform in strength, quality of
workmanship and material to that which is
usually provided the trade in general. Any
variance from the specifications or
standards of quality must be clearly pointed
out in writing by the bidder.
Do not make reference to brochures or
supporting literature on the bid sheet. All
notations for bid compliance or
exceptions are to be made on the bid
sheet or on a plain piece of paper
attached and referenced to the bid item.
If a Bidder's corporate policy mandates use
of an official quotation form, it may be
submitted. However, the cost data must be
duplicated on the City's bid cost data and
agreement sheet. The City's bid sheet
must be signed by the Bidder or its
agent in order for the proposal to be
accepted. If alternate equipment is
proposed, Bidders are required to submit a
separate bid sheet for each unit offered.
All bids must be made on the required bid
form and in cases of errors in the extension
of prices in the bid, the unit prices will
govern. All blank spaces for bid prices must
be filled in, with ink or typewritten, and the
bid form must be fully completed and
executed when submitted. Only one copy
of the bid form is required. Faxed and
emailed bids will not be accepted.
Failure to adhere to instructions may
constitute disqualification of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
the specifications.
Failure on the Bidder's part to comply with
any specification herein will be grounds for
disqualification of the bid.
All items called for in the specifications,
including but not limited to the equipment
constructed as shown, and the necessary
manuals, must be complied with before the
final payment can be processed.
Where the description of an item includes
both specifications and a brand name and
number, the specifications shall govern in
case of conflict. Brand name and number
are for reference as to the type and quality
required and do not preclude offers of a
comparable or better product, provided full
specifications and descriptive literature
accompany the offer. Failure to include full
descriptive literature may be cause to reject
the offer.
WARRANTY:
The purchased supplies or equipment
furnished must have full manufacturer's
warranties, and the warranties must inure to
the benefit of the City.
Bidder agrees to these warranty provisions
by signing the bid proposal.
Project No. MEC -2016-25 Page 3 of 20
SAFETY:
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The unit shall be tested by the successful
bidder for compliance with all OSHA/WISHA
regulations and the State Department of
Labor and Industries Safety Rules.
DELIVERY & ACCEPTANCE:
The terms of delivery are 30 calendar days
from issuance of purchase order. Deliveries
shall be free on board (FOB).
For any exception to the delivery date as
specified in this Contract, Bidder shall give
prior notification and obtain written approval
thereto from the City. Time is of the essence
and the Contract is subject to termination for
failure to deliver as specified and/or
appropriate damages. The acceptance by
the City of late performance with or without
objection or reservation shall not waive the
right to claim damage for such breach nor
constitute a waiver of the requirements for
the timely performance of any obligation
remaining to be performed by Bidder.
The successful Bidder shall be responsible
for delivery to the City's Maintenance Yard,
1703 South B Street, Port Angeles,
Washington, between the hours of 7:30 AM
and 3:00 PM during the City's normal work
day. Delivery shall be made within 30 days
from the issuance of the purchase order.
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
minor irregularities or minor defects or reject
any and all bids. Any bid may be withdrawn
prior to the above scheduled time for the
opening of bids or authorized postponement
thereof. Any bid received after the time and
date specified shall not be considered. No
Bidder will be permitted to withdraw its
proposal between the closing time for
receipt of proposals and the execution of
contract, unless the award is delayed for a
period exceeding sixty (60) calendar days.
The City of Port Angeles may, at its option,
in awarding this Purchase Contract, take
into consideration the revenue it would
receive from purchasing the equipment from
a supplier located within its boundaries, in
accordance with RCW 39.30.040.
For the Schedule(s), offers made in
accordance with the Invitation to Bid shall
be good and firm for the period of 90
calendar days after contract award
unless the Bidder specifically limits its offer
to a shorter period by written notification on
the bid document. However, bids so
modified may be declared non-responsive.
Quantities shown are of total estimated
initial quantities to be ordered. Purchase
Orders for additional quantities may be
placed with successful bidders over this
period from the date of award. Prices bid
shall be good for all equipment and
materials ordered during that period. All
orders shall be placed using City of Port
Angeles Purchase Orders. Payments shall
be within 30 calendar days from date
invoice received.
Offers made in accordance with the
Invitation to Bid shall be good and firm for
the period specified in the bid unless the
Bidder specifically limits its offer to a shorter
period by written notification on the bid
document. However, bids so modified may
be declared non responsive.
Minority and women owned businesses
shall be afforded full opportunity to submit
bids in response to this invitation, shall not
be discriminated against on the grounds of
sex, race, color, age, national origin or
handicap in consideration of an award of
any contract or subcontract, and shall be
actively solicited for participation in this
project by direct mailing of the invitation to
bid to such businesses as have contacted
the City for such notification. Further, all
bidders are directed to solicit and consider
minority and women owned businesses as
potential subcontractors and material
suppliers for this project.
Project No. MEC -2016-25 Page 4 of 20
Signing of the bid sheet by Bidder and
subsequent acceptance by the City of the
lowest responsive bid will constitute a
binding agreement between the City and
Bidder. Bidder understands and agrees that
no contract payment will be made until the
City certifies that all stated specifications
have been complied with and the equipment
is delivered and accepted by the City.
Bids will be evaluated and submitted to the
authorized purchasing agent for approval as
soon as possible after bid opening. All
bidders will be notified of results in writing.
Upon award of the Contract to the
successful bidder, the City will send the
Bidder duplicate, complete sets of Contract
Documents, which will include the City's
Purchase Order. The Purchase Order will
include the final agreed upon price and the
specific equipment and options being
purchased. The Bidder will then sign the
duplicate sets of Contract Documents and
return them for signing by the City. Each
party will retain a fully executed set of the
Contract Documents.
The Invitation to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions should be directed to Lucy
Hanley, Contract Specialist, (360) 417-4541
or to contracts (a�cityofpa. us .
Project No. MEC -2016-25 Page 5 of 20
4J0
, PORT.4,Qc
C, P
CITY OF PORT ANGELES
g STANDARD TERMS AND CONDITIONS
salvPURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
4. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
5. REJECTION: All goods or materials purchased herein are subject to approval by the City.
Any rejection of goods or material resulting because of non -conformity to the terms and
specifications of this Contract, whether held by the City or returned, will be at Bidder's risk
and expense.
6. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
7. INFRINGEMENTS: Bidder agrees to protect and hold harmless the City against all claims,
suits or proceedings for patent, trademark, copyright or franchise infringement arising from
the purchase, installation, or use of goods and materials ordered, and to assume all
expenses and damages arising from such claims, suite or proceedings.
E:]RTi4_l77_��� lel x.
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
Contract, or any condition of this Contract concerning the conclusiveness thereof, unless
otherwise specified for a different period in Schedule A, the Bidder warrants that for a period
of one year after delivery and acceptance by the City of Port Angeles, that:
(1) All supplies furnished under this Contract will be free from defects in material or
workmanship and will conform with all requirements of this Contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and
method of, shipment of such supplies will conform with the requirements of this Contract.
Project No. MEC -2016-25 Page 6 of 20
b. When return, correction, or replacement is required, transportation charges and
responsibility for the supplies while in transit shall be borne by the Bidder. However, the
Bidder's liability for the transportation charges shall not exceed an amount equal to the cost
of transportation by the usual commercial method of shipment between the place of delivery
specified in this contract and the Bidder's plant, and return.
c. Any supplies or parts thereof, corrected or furnished in replacement under this clause,
shall also be subject to the terms of this clause to the same extent as supplies initially
delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration
to that in paragraph 8.a of this clause and shall run from the date of delivery of the corrected
or replaced supplies.
d. All implied warranties of merchantability and "fitness for a particular purpose" are
excluded from any obligation contained in this contract.
e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles.
f. Remedies available to the City. Within a reasonable time after providing notice to the
Bidder, the City may either:
(1) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not conform
with the requirements of this Contract within the meaning of paragraph 8.a of this clause; or
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
9. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
10. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or
use tax. No charge by Bidder shall be made for federal excise taxes, and the City agrees to
furnish Bidder, upon acceptance of articles supplied under this Contract with an exemption
certificate.
11. LIENS, CLAIMS AND ENCUMBRANCES: Bidder warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances
of any kind.
12. RISK OF LOSS: Regardless of FOB point, Bidder agrees to bear all risks of loss, injury or
destruction of goods and materials ordered herein which occur prior to delivery. Such loss,
injury or destruction shall not release Bidder from any obligation hereunder.
13. HOLD HARMLESS: Bidder shall protect, indemnify, and hold the City harmless from and
against any damage, cost or liability for any injuries to persons or property arising from acts
or omissions of Bidder, its employees, agents or subcontractors howsoever caused.
14. ANTI-TRUST: Bidder and the City recognize that in actual economic practice overcharges
resulting from anti-trust violations are borne by the City. Therefore, Bidder hereby assigns
to the City any and all claims for such overcharges.
Project No. MEC -2016-25 Page 7 of 20
15. DEFAULT: Bidder shall be liable for damages suffered by the City resulting from Bidder's
breach of Contract. The Bidder covenants and agrees that in the event suit is instituted by
the City for any default on the part of the Bidder, and the Bidder is adjudged by a court of
competent jurisdiction to be in default, Bidder shall pay to the City all costs, expended or
incurred by the City in connection therewith, and reasonable attorney's fees. The Bidder
agrees that the Superior Court of the State of Washington shall have jurisdiction over any
such suit, and that venue shall be laid in Clallam County.
16. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and
model and submits descriptive literature when available. Any bid containing a brand which
is not of equal quality, performance, or use specified must be represented as an alternate
and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
17. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment shall be tested by the successful bidder for compliance with all
OSHA/WISHA regulations and the State Department of Labor and Industries Electrical
Workers Safety Rules.
18. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, BIDDER ACCEPTS ALL OF THE TERMS
AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE
CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY BIDDER AS A
CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. MEC -2016-25 Page 8 of 20
101:14GSI BOO► :_•
THIS CONTRACT is made and entered into this as of the date of the last signature
affixed below, between the City of Port Angeles (hereinafter called the "City") and
Newman Signs, Inc. (hereinafter called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the City and the Bidder, in consideration of the performance of
the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete Contract includes the Invitation to Bid, the Instructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order, and
the Purchase Contract. The foregoing documents shall hereinafter be called "Contract
Documents" or "Contract". All obligations of the City and the Bidder are fully set forth
and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the City shall give a written interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Bidder agrees to sell and deliver to the City, at the delivery point specified in the
Instructions to Bidders, and the City agrees to purchase and receive from Bidder the
equipment as described and set forth in the Contract Documents and the provisions of
the Bidder's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Bidder shall not assign any of its responsibility under this Contract without the
express written consent of the City.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine the
rights and obligations of the parties hereunder shall be brought and heard in Clallam
County Superior Court.
Project No. MEC -2016-25 Page 9 of 20
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above -stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Bidder or
the Bidder's subcontractors, the City may serve written notice of intention to terminate
such Contract upon the Bidder, which notice shall specify the reasons therefore. Unless
within thirty (30) days after serving such notice upon the Bidder such violation shall
cease and an arrangement for the correction thereof satisfactory to the City be made,
the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate.
In the event of any such termination, the City may purchase the materials necessary for
complete performance of this Contract for the account and at the expense of the Bidder,
and the Bidder shall be liable to the City for any excess cost thereby.
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
Project No. MEC -2016-25 Page 10 of 20
NEWMAN SIGNS, INC.
By:
4-6
Title:
Dated:
CITY OF PORT ANGELES
By:
Title:
Dated:
ATTEST:
tiiy Cie&
,App oved to as
City Attorney
Project No. MEC -2016-25 Page 11 of 20
City of Port Angeles Schedule A
Invitation for Bid Premade Traffic Signs, Sheeted Sign
Blanks, and Aluminum Sign Blanks
Purchase Contract: MEC -2016-25
Bid Item 1 -
GENERAL DESCRIPTION: Premade Traffic Signs, Sheeted Sign Blanks, and
Aluminum Sign Blanks
DATE DELIVERY REQUIRED: Maximum of 30 days from receipt of purchase order.
Note: All appliances shall conform to the latest edition of the Manual on Uniform
Traffic Control Devices (MUTCD) from the U.S. Department of Transportation, et.
al. All appliances shall be NCHRP-350 compliant and marked with "CITY OF PA
PW".
1. MATERIAL: 3M HI Prismatic Type IV sheeting and 3M 1170 film.
Project No. MEC -2016-25 Page 12 of 20
City of Port Angeles
Bid No. MEC -2016-25
Bidder shall bid on all bid items for a bid to be valid. The bidder hereby bids the following
amounts for all materials described in the Contact Documents.
-All bvmvm*
BID ITEM 1 - PRE -MADE SIGNS
Item #
CITY
UNIT
MUTCD
SIZE
DESCRIPTION
UNIT
EXTENDED
CODE
COST
COST
18"X 18" X 0.080
"9 -Dot" Black w/ Red HIP
1
60
EA
OM4-2
GA
Reflective Circles/NO
it'•®�
1�
ga'6T
I
BUTTONS
2
6
EA
111-5 Left
30" X 30" X.080 GA
31VI HI Prismatic Type
IV/Radius Corners/Drilled/Left
Zcol
e i cow
3M HI Prismatic Type
3
6
EA
111-5 Right
30" X 30" X.080 GA
IV/Radius
A3-(,01
W W(P
Corners/Drilled/Right
4
4
EA
R4 -4a Left
30" X 36" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled/Left
(p
31VI HI Prismatic Type
5
4
EA
R4 -4a Right
30" X 36" X.080 GA
IV/Radius
q1-50
MW
v_ �,-
Corners/Drilled/Right
3M HI Prismatic Type
6
6
EA
R4-4aa
30" X 18" X.080 GA
IV/Radius
Corners/Drilled/"YIELD TO
d,�J.?�
�5�•�
-W 1.1ft(A
Sptcx
BICYCLES"
7
4
EA
W1 -1L
30" X 30" X.080 GA
3M HI Prismatic Type IV
8
4
EA
W1-111
30" X 30" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled,�(�
q (•®�
9
4
EA
W1 -2L
30" X 30" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
��
01.6 Ll
10
4
EA
W1-211
30" X 30" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
aa�
a w 4
11
4
EA
W1-6
18" X 36" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
[1,42
LA (09
12
6
EA
W1-6
24" X 48" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
Project No. MEC -2016-25
Page 13 of 20
Is'" muk MqWk d W by D lay �Qx & dA V"# 1 �-
13
15
EA
W1-7
18" X 36" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
(1 N2
a(S c�O
14
10
EA
W1-8
18" X 24" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
15
4
EA
W2-1
30" X 30" X.080 GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
16
4
EA
W2-2
30" X 30"
3M HI Prismatic Type
.080GA
IV/Radius Corners/Drilled
Ov -�(,0
q
17
4
EA
W2-4
30" X 30" X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
18
6
EA
W2-5
30" X 30" X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
�
19
4
EA
W3-2
30" X 30" X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
30.40
A1,
20
4
EA
W3-3
30" X 30" X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
9-15
III-00
3M HI Prismatic Type
21
4
EA
W3-5
30" X 30" X.080GA
IV/Radius Corners/"20 MPH
3? 84
152.519
AHEAD" Symbol/Drilled
3M HI Prismatic Type
22
6
EA
W5-1
30" X 30" X.080GA
IV/Radius Corners/"Road
-1(v
)3ro'SU
Narrows"/Drilled
23
4
EA
W8-5
30" X 30" X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
24
4
EA
W8-10P
12" X 9" X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
CO-6q-
(N-1(0
3M HI Prismatic Type
25
4
EA
W9-1R
30" X 30" X.080GA
IV/Radius Corners/Right Lane
�n
6W (p
))''
Q l'd4-
Ends/Drilled
3M HI Prismatic Type
26
4
EA
W9-21-
30" X 30" X.080GA
IV/Radius Corners/Left Lane
3c)•0,3
12a' �Z
Ends/Drilled
3M HI Prismatic Type
27
4
EA
W9-2R
30" X 30" X.080GA
IV/Radius
30.03
�, OY
Corners/Right/Drilled
Project No. MEC -2016-25
Page 14 of 20
W4" rMiec:h4L OvQx lay �0-y fl nd m 0
T11)
TD
Project No. MEC -2016-25
Page 15 of 20
SVq NS wQx Q rto-� gUo-Aj6 wt41r, o-�eefiU�-- OVD-kk&y �SLwr PO&t lum 1
3M HI Prismatic Type
28
10
EA
W11-2
30" X 30"X.080GA
IV/Radius
Corners/Yellow/Drilled
aia 1lQ
O�o� (Q
3M HI Prismatic Type
29
16
EA
W11-2
30" X 30"X.080GA
IV/Radius Corners/
Yellow-Green/Drilled TAPM
30
4
EA
W11-8
30" X 30"X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
3M HI Prismatic Type
31
8
EA
W13-1
18" X 18"X.080GA
IV/Radius Corners/20
t6,V
MPH/Drilled
3M HI Prismatic Type
32
6
EA
W13-1
18" X 18"X.080GA
IV/Radius Corners/15
MPH/Drilled
(®l0�
��'�•��
33
10
EA
W14-1
30" X 30"X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
1�U
W
34
4
EA
W14-1PL
36" X 12"X.080GA
3M HI Prismatic Type
IV/Radius Corners/Left
o
3M HI Prismatic Type
35
4
EA
W14-1PR
36" X 12"X.080GA
IV/Radius
n
Corners/Right/Drilled
36
8
EA
W14-2
30" X 30"X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled,"��
g2•og
37
2
EA
W14-2PL
36" X 12"X.080GA
3M HI Prismatic Type
IV/Radius Corners/Left/Drilled
3M HI Prismatic Type
38
2
EA
W14-2PR
36" X 12"X.080GA
IV/Radius
Corners/Right/Drilled
39
6
EA
W15-1
30" X 30"X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
as JQO
(3S.5(49
3M HI Prismatic Type
40
5
EA
W16-7
24" X 12"X.080GA
IV/Radius
Corners/Yellow/Left/Drilled
3M HI Prismatic Type
41
5
EA
W16-7
24" X 12"X.080GA
IV/Radius Corners/Yellow-
Green/Right/Drilled
Sz.io
3M HI Prismatic Type
42
5
EA
W16-9P
24" X 12"X.080GA
IV/Radius
n
q 3
�S
Corners/Yellow/Drilled
Project No. MEC -2016-25
Page 15 of 20
SVq NS wQx Q rto-� gUo-Aj6 wt41r, o-�eefiU�-- OVD-kk&y �SLwr PO&t lum 1
Project No. MEC -2016-25
Page 16 of 20
Sig w�xQ wa+ quo�Qa w� 46Q!Q:hv8L OvsUrlay -P-Q-- Pt,dt-trn #,
3M HI Prismatic Type
43
10
EA
119-9
24" X 12"X.080GA
IV/Radius Corners/ "Sidewalk
q �
/�
q S- 30
Closed"/Drilled
.
3M HI Prismatic Type
44
10
EA
R9-11aL
24" X 12"X.080GA
IV/Radius Corners/ "Sidewalk
Closed, Cross Here"/Left
q 3
q
Arrow
3M HI Prismatic Type
45
50
EA
S5-1
24" X 48"X.080GA
IV/Radius Corners/"7:15AM to
2Cn
35q �
T X�
3:30PM School Days"
46
45
EA
S5-2
24" X 30"X.080GA
3M HI Prismatic Type
IV/Radius Corners/Drilled
&C1 (D
S53 2b
3M HI Prismatic Type
47
10
EA
R9-11aR
24" X 12"X.080GA
IV/Radius Corners/ "Sidewalk
Closed, Cross Here"/Right
q S 3
q S
Arrow/Drilled
White Field/Single Side/3M HI
48
50
EA
Blank
36" X 9"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
`1
single post mount
White Field/Single Side/31VI HI
49
50
EA
Blank
40" X 9"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
ja c
t0 IT 50
single post mount
White Field/Single Side/3M HI
50
30
EA
Blank
44" X 9"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
�a 3'j
31� 0
single post mount
White Field/Single Side/3M HI
51
50
EA
Blank
48" X 9"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
single post mount
White Field/Single Side/31VI HI
52
25
EA
Blank
52" X 9"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
13,50
331,50
single post mount
White Field/Single Side/3M HI
53
25
EA
Blank
60" X 9"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
'4-2 ®
355.06
single post mount
White Field/Single Side/3M HI
54
30
EA
Blank
36" X 12"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
`l 1.03
344.00
single post mount
White Field/Single Side/3M HI
55
30
EA
Blank
40" X 12"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
/5-q1
q(03.30
single post mount
Project No. MEC -2016-25
Page 16 of 20
Sig w�xQ wa+ quo�Qa w� 46Q!Q:hv8L OvsUrlay -P-Q-- Pt,dt-trn #,
4 AIS ov Nom
� 319,E W U Q V\bA gL.otk6 w �,�M , �YbAtQ hvi Ovsw lad Pa pwt,&�WL #- I X -
Project No. MEC -2016-25 Page 17 of 20
White Field/Single Side/3M HI
56
30
EA
Blank
44" X 12"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
15,41
g(o2.30
single post mount
White Field/Single Side/31VI HI
57
30
EA
Blank
60" X 12"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled for
lOg
530q-D
single post mount
White Field/Single Side/3M HI
58
20
EA
Blank
24" X 30"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled
White Field/Single Side/3M HI
59
20
EA
Blank
12" X 18"X.080GA
Prismatic Type IV/Radius
Corners/Holes Drilled
60
10
EA
Blank
12" X 18"X.080GA
Alum. Blank/Radius
Corners/Holes Drilled
Q1•'��
61
20
EA
Blank
18" X 24"X.080GA
Alum. Blank/Radius
Corners/Holes Drilled
Tt)
White Field/Single Side/3M
62
20
EA
Blank
52" X 16"X.080GA
DG3 Sheeting/Radius
A45,a3
qaq. (,0o
Corners/No Holes Drilled
White Field/Single Side/3M
63
20
EA
Blank
60" X 16"X.080GA
DG3 Sheeting/Radius
59-93
105p. CO®
Corners/No Holes Drilled
White Field/Single Side/3M
64
20
EA
Blank
72" X 16"X.080GA
DG3 Sheeting/Radius
(pa,0kv
Corners/No Holes Drilled
Subtotal
Freight
p, W
Sales tax (8.4%)
Bid Total Amount
1.1{
4 AIS ov Nom
� 319,E W U Q V\bA gL.otk6 w �,�M , �YbAtQ hvi Ovsw lad Pa pwt,&�WL #- I X -
Project No. MEC -2016-25 Page 17 of 20
City of Port Angeles
Bid No. MEC -2016-25
PREMADE TRAFFIC SIGNS, SHEETED SIGN BLANKS, AND ALUMINUM SIGN
BLANKS
31 11 &-Rch'Y-A 01:4 4&1:C: fAA
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further
notice?
❑ Yes No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). 1 1 2 to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the bidder or a representative
legally authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER Ne11 WVln &OY1S, \hC
TYPE OF BUSINESS: Corporation ❑ Partnership (general) ❑ Partnership
(limited)
❑ Sole Proprietorship ❑ Limited Liability Company
ADDRESS ILDOW I RVI
CITY/STATE/ZIP—
PHONE —Rb' FAX "1(
NAME (PLEASE PRINT) Ta lca -T)t.L&L
TITLE
SIGNED -J2c-' DATE a a- 4 _
Project No. MEC -2016-25 Page 18 of 20
STATE OF L�� -,t iOr- 6 )
COUNTY OF
• L 9 • Me]
.• f .., 1 .
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him/her self an advantage over any other bidder or bidders.
Subscribed and sworn to before me this
DEBORAH
Notary i
NorthState Of DakotaMY Commission ExPires April 20, 2018
Signature of Bidder/Contractor
I Z day of S � , 20 / �
Notary Public in and for the
State of 4a for
Residing atr�
My Comm. Exp.: 6Q .201 AD 69/
Project No. MEC -2016-25 Page 19 of 20
'OF PORT.,,
C FN
BIDDER'S CHECKLIST
�cy"�mcs nNoorF
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non -Collusion Affidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. Has the Certificate/Description of Materials been included with the Bid Form?
5. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
Project No. MEC -2016-25 Page 20 of 20