Loading...
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