Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutDocumentation_Regular_Tab 08_04/14/2016 Village of Tequesta
345 Tequesta Drive 561-7G8-0700
Tequesta, FL 33469 � www.tequesta.org
�>
'' �;
TEQUESTA PUBLIC WORKS DEPARTMENT MEMORANDUM
To: Michael R. Couzzo, Village Manager
From: Douglas M. Chambers, Public Works Superintendent
Subject: Vulcan Signs: Piggybacking Palm Beach County's Contract
Date: March 22, 2016
The attached agenda item addresses the need for a contract to fabricate and
manufacturer road signs. We have selected to piggyback Palm Beach Counties
contract with Vulcan Signs. This contract will provide appro�mately a 25%
discount compared to pricing from other signage companies.
The Department of Transportation has issued regulations governing the manual
on Uniform Traffic Confrol Devices for street and highways, rnaintaining traffic
sign retroreflectivity on all public and private roads. To meet the standards, the
goal is to begin replacing regulatory, warning, street names and guide signs in
the Village. Funding for the replacement of signage is budgeted in 301-210-
663.653. Any Department utilizing this contract will follow the Village of
Tequesta Procurement Policies and Procedures when purchasing signage.
Douglas M. Chambers
Public Works Superintendant
Village of Tequesta
Vice-Mayor Vince Arena Mayor Abby Brennan Council Member Tom Paterno
Counci11�1ember Steve Okun Council Member Frank D'ilmbra
Village Manager 1�lichaei Couzzo
THE VILIAGE OF TEQUESTA
PIGGYBACKING CHECKLIST
Instructions: This form is to be completed for any purchase af goods, or contract for services where the Village
wili utilize a contract competitiveiy bid by another governmental agency (i.e. "Piggyback").
Qepartment: Public Works Date: 15-Mar-16
ItemJService Standard Signs for the Village of Tequesta
Vendor/Service Provider Vulcan, inc.
State Contract # Q Other Govemmental Agency
*Chapter 287, F.S.
If box beside "Other GovernmentaP Age�cy" is checked above, complete the remainder of this form.
1 Governmental Agency Palm Beach CountyTerm Contract #300495A
YES NO
Os the contract current? Effective date;_Q4/SS/2016 fxpiration � �
2 Qate: 0411412017
� �
3 Was itemfservice bid out in compliance with the Village's Purchasing Policies & Procedures?
Is the price that the Village will receive by piggybacking equal to the price obtained by the agency � �
4 named above?
� �
5 Does the tontract cantain an assignability clause?
If the answer ta question # 5 is no, has the governmental agency given the Village permission to � �
6 piggyback on the the contract?
� �
7 Has the vendorjservice given the Vi[lage permission to piggyback on the contract?
3
epa nt Head Sign Date
VILLAGE OF TEQUESTA
TERM CONTRACT FOR THE FABRICATION & MANUFACTURI1vG OF SIGNS
THIS TERM CONTRACT FOR THE FABRICATION AND MANUFACTURING
OF SIGNS, hereinafter "Contract", is entered into and effective this 15th day ofApril, 2016, by
and between the V I L LA G E O F T E Q U E S TA, a Florida municipal corporation with offices
located at 345 Tequesta Drive, Tequesta, Florida 33469-0273, organized and existing in accordance
with the laws of the State of Florida, hereinafter "the Village"; and VULCAN, INC., a foreign
profit corporation with offices located at 410 East BerryAvenue, Foley, Alabama 36535 hereinafter
"the Contractor" and collectively with the Village, "the Parties".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein and
for other good and valuable consideration, the receipt and sufficiency af which is hereby acknowl-
edged by the Parties, hereby agree as follo�vs:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Contract whereby the
Contractar shall manufacture signs for the Village, which shall include but are not limited to,
the foltowing: signs with pre-fabricated sign faces; signs with fabricated sign faces; and fabri-
cated street name signs. The Parties agree to enter into this Contract and piggyback for the
goods and at the prices described in the Contractor's February 2, 2015 quotation/offer in re-
sponse to Palrn Beach County's Request For Quotation #300495lJS �, including all Terms And
Conditions, Sgecifications, and Attachments 1 through 6{Exhibit A); and the February 26,
2�1 S(award) letter of Falm Beach County ta the Contractor (Exhibit B}, which form the Con-
tractor's contract with Falm Beach County. Additionally, the Parties agree to piggyback off the
December 22, 2015 letter of Palm Beach County to the Contractor (Exhibit C) and the January
21, 2016 (award} letter of Palm Beach County ta the Contractor {Exhibit D), which extended
the terms of the Contractor's cantract {#300495A) with Palm Beach County from Apnl 15,
2016 until April 14, 2017 for an estimated dallar value of $15,900. Goods provided by the
Contractor to the Village shall be pursuant to the descriptions set out in Exhibit A, the Contrac-
tor's quotation descriptions, Specifications RFQ #300495 JS, and Attachments 1 through 6.
� The Contractor's binding conuact with Palm Beach County was formed in accordance with the terms, conditions,
and specifications as set forth in the Purchase Order Term Contract Standard Terms and Conditions located at
www.vbc o� v.or�lpurchasing. A capy of the Palm $each County's Standard Terms and Conditions is attached to this
contract as E.rhibit E.
TERM CONTRACT FOR THE FABR[CAT[QN & MANUfiACTURING OF SIGNS
2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pur-
suant to the prices provided in the Contractar's quotation at Exhibit A, the estimated value at
Exhibit B, and as estimated in Exhibit D. For purchase arders of [ess than five hundred dol-
lars and zero cents, the �[tage will pay for tl:e Contractor's freight costs that are related to
the purchase order. The Village shall order on an "as needed" basis for a term of one year,
from April 15, 2016 until April 14, 2017.
3. INDEMNIFICAT�ON: The Contractor shall at all times indemnify, defend and hold harm-
less the Village, its agents, servants, and employees, from and against any claim, demand or
cause of action of whatsoever kind or nature, arising out of any error, omission, negligent act,
conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance
of services under this Contract.
4. PUBLIC ENTITIES CRIMES ACT: As provided in sections 287.132 and 287.133, Flor-
ida Statues, by entering into this Contract or performing any work in furtherance hereof, the
Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will
perform hereunder, have not been placed on the convicted vendor list maintained by the State
af Florida Department of Management Services within thirty-six (3b) months immediately
preceding the date hereof. This notice is required by secti�n 287.133(3)(a), Florida Statutes.
5. TERMINATION; NOTICE: The Parties agree that the provisrnns nf this section will
control and n:odify the ternis in Exhibits A through E. This Contract may be tertninated by
the Village or the Contractor upon thirty (30) days written notice to the either the Village or
Contractor.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Page 2 of 5
TERM CONTRACT FOR THE FABRICATION & MANUFACTUIi1NG OF 51GNS
Notice shall be considered sufficient when sent by cer#ified mail or hand delivered to the Par-
ties during regular basiness hours at the following addresses:
As to THE VILLAGE As to THE CONTRACTOR
Vulcan, Inc.
P.�. Box 1850
Village af Tequesta Foley, AL 36536
345 Tequesta Drive and
Tequesta, Flarida 33469 Vulcan, In�.
Attn: Director of Utilities c/a Mr. William T. Neshem,
12966 Seratine Drive
Pensacola, FL 32506
6. INDEPENDENT CONTRACTUR: It is specifically understood that the Contractor is an
independent cantractor and not an employee of the Village. Both the Village and the Contract�r
agrees that this Contract is not a contract far employment and that no relationship of employee—
employer or principal—agent is or shall be created hereby, nor shall hereafter exist by reasan of
the performance of the services herein provided.
7. ATTQRNEY'S FEES; In the event a dispute arises concerning this Contract, the prevailing
party shal! be awarded attorney's fees, including fees on appeal.
$. CHOICE OF LAW: VENUE: This Contract shall be governed and construed in accordance
with the laws of the State of Florida, and venue shall be in Palm Beach County should any
dispute arise with regard ta this Contract.
9. AMENDMENTS & ASSIGNMENTS: This Cantract, all Eachibits attached hereto, and re-
quired insurance certificates constitute the entire Contract between both Parties; no modifica-
tions shaU be made to this Contract unless in writing, agreed to by bath Parties, and attached
hereto as an addendum ta this Contract. The Contractar shall not transfer or assign the services
and provision of goods called for in this Contract without priar written consent of the Village.
lfl. INSPECTOR GENERAL: Pursuant ta Articie XII of the Palm Beach County Charter, the
Office of the Inspector General has jurisdictian to investigate municipal matters, review and
audit municipal contracts and ather transactions, and make reports and recommendations to
municipal governing bodies based on such audits, reviews, or investigations. All parties doing
business with the Viliage shall fuliy cooperate with the inspector general in the exercise of the
inspector general's functions, authority, and power. The inspector general has the power to take
Page 3 of 5
TERM CONTRACT FQR THE FABRICATION & MANUFACTURING OF SIGNS
swom statements, require the production nf records, and to audit, monitor, investigate and in-
spect the activities of the Village, as well as contractors and lobbyists of the Village in order to
detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and abuses.
1 I. PUBLIC RECORDS: In accordance with section 119.0701, Florida Statcrtes, the Contrac-
tar must keep and maintain this Contract and any other records associated therewith and that
are associated with the performance of the work described in the Scope of Services. Upon
request, the Contractor must provide the public with access to such records in accordance with
access and cost requirements of chapter 119, Florida Statactes. Further, the Contractor shalI
ensure that any exempt or confidential records associated with this Contract or associated with
the perfarmance of the work described in the Scope of Services are not disclosed except as
authorized by law. Finally, the Contractor shall retain the records described in this paragraph
throughaut the performance of the work described in the Scope of Services, and at the conclu-
sian of said work and upon request, transfer to the Viliage, at no cost to the Village, all such
records in the possession of the Contractor and destroy any duplicates thereof. Records that
are stored electranically must be transferred to the Village in a format that is compatible with
the Village's information technology systems.
THE REMAINDER OF THIS PAG� IS INTENTIONALLX LEFT BLANK.
Page 4 of 5
TERIv1 C4NTRACT FOR THE FABRICATION & MANUFACTURING OF 5iGN5
IN WITNESS WHEREOF, the Parties hereto have executed this Contract the date and year
first above written.
WITNESSES: VLTLCAN �[N ..
,
t
F �
C :� C-��� t �
Chery Ha ris - Bid Specialist
BY� �d . 'a u
Position; Sa�es IVlana�er '
- t "` �'�� . ���"""° {Cor oraie 5eat T
Lisa Thibaut - Bid Specialist � 3
VILLAGE OF TEQUESTA
A1�TEST: Abigail Brennan, Mayor
{Seal)
L,ori ;�icV4`illiatns, CMC
To«�rs Clerk
Page 5 of 5
�x. �
Form P
REQUEST FOR QUOTATION
** THIS IS NOT AN ORDER **
BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY PURCHASING DEPARTMENT
50 S. MILITARY TRAIL, SUITE 110, WEST PALM BEACH, FL 33415-3199
PHONE (561) 616-6823 FAX (561) 242-6723
E-MAIL: 'sundar bc ov.com
RFQ #300495lJS To ensu�e that your offer is considered, it must be received in Palm Beach
County Purchasing no later than 4:00 P.M.. PALM BEACH COUNTY LOCAL
BUYER: Jasmin Sundar � 71ME, on Februarv 02. 2095. Offers received after this time will not be
considered.
DATE: January 26, 2015 **** FAXED OR E-MAILED RESPONSES ACCEPTED '"�*
TITLE: SIGNS, TRAFFIC CONTROL, PURCHASE AND DELIVERY OF, TERM CONTRACT
Quotations are requested for fumishing the goods ! services described below in accordance with applicable tertns, condiGons and specifications as set forth
herein without any modification, change or alterations to any tertns, conditions or provisions af this solicikation, unless specifically approved in writing by the
County- ALL QUOTATIONS MUST BE FA.S DESTINATION_ PALM 6EACH COUNTY IS EXEMPT from FEDERAL, STATE and CITY TAXES An
Exemption CeRificate will he fumished upon request
By suhmitting an offer which is accepted by the County, a binding contract is fortned in accordance with the terms, conditions and specifications as set forth
in this Request for Quotation (RFQ} and in the Purchase Order / Term Contract Standard Tertns and CandiUons located at {www_obr�ov.o urchasinq}_
CONDITIQNED OFFERS: Vendors are cautioned that any condition, qualification, provisifln, or comment in their quote, or in other correspondence
transmitted with their quate, which in any way modifies, takes exceptie� to, or is inconsistent with the specifications, requirements, or any of the tertns.
conditions, or provisions af this solicitation, is sufficient causa fnr the rejection of their quote and shall be considered as non-respansive_
SIGNS WITH PRE-FABRICATED SIGN FACES
ESTIMATED
ITEM DESCRIPTION 12 MONTW UNIT UN{T PRICE TOTAL. OFFER
QTY
€ 1. Stop, 30" x 30" Diamond Grade, MUTCD
€ Designation: R1-1, Attachment 1
f �
� MFR/BRAND OFFERED: � ; �
, (must be �Iled in) 1
MFRIBRAND PART/MODEL # OFFERED: � 25� Ea $ �$
�
� � {
�
(must be filled in) �
(PRODUCT NAME AND NUMeER OFFERED MUST MATCH
THE QESCRIPTIYE LITERATURE PROVIDED BY Y�NDOR i
2. Stop, 36" x 36" Diamond Grade, MUTCD j
,
Designation: R1-1, Attachment 2 ?
�
� MFR/BRAND OFFERED: �
E
(must be filled in)
� ' ;
� �
MFR/BRAND PART/MODEL # OFFERED: �00 EA �$ ;$
(must be �Iled in) � �
� (PRQDUC? NAME AND NU�IA6ER OFFEREd MUST MATCH
TNE DESCRtPTIVE LlTERATURE PROVIDED BY VENDOR
All unit prices 6id should be within two (2) decimal polrtts. If bidders p�icing excesds two �2) decimal points, Purchasing reserves the right to
round up or down accordingiy.
Continued...,
FIRM NAME:
ESTIMATED ;
ITEM DESCRIPTION 12 MONTH UNIT UNIT PRICE � TOTAL OFFER
QTY �
3. Speed Limit 30, 24" x 30", Diamond Grade,
MUTCD �
�
Qesignation: R2-1-30, Attachment 3
i
MFR/BRAND OFFERED: �
(must be filted in)
2 EA $ �$
MFR/BRAND PART/MODEL # OFFERED: �
� �
t
(must be filled in) ;
(PRODUCT NAME AND NUMBER OFFERED MUST MATCH � �
THE DESCRIPTIVE LITERATURE PROVIDEQ BY VENDOR
4. Do Not Enter, 30" x 30" Diamond Grade, MUTCD `
�
Designation: R5-1, Attachment 4
E
MFR/BRAND OFFERED: � .
(must be filled in)
2 EA $ 3 $
MFRlBRAND PART/MODEL # OFFERED: �
� �
� �
(must be filfed in) ,
(PRODUCT NAME ANb NUMBER OFFEREP MUST MATCH
THE DESCRIPTIYE LITERATURE PROVIDED BY VENDOR
5. Object Marker Left, 12" x 36", Diamond Grade, ,
� MUTCD Designation: OM-31., Attachment 5 ?
E I I
MFR/BRAPID OFFERED: �
� (must be flled in) � �
� E .
� 10 ' EA � a i $
� MFR/BRAND PART/MODEL # OFFERED: =
� � "
� �
(must be �Iled in) �
� {PRODUCT NAME AND NUMBER OFFERED MUST MATCH �
THE DESCRIPTIVE LITERATURE PROVIDEb BY VENDOR
6. Object Marker Right, 12" x 36", Diamond Grade,
MUTCD Designation: OM-3R, Attachment 5 �
� °
�
I MFWBRAND OFFERED: �
� � (must be filled in) � � �
� � �
; � 1
� MFRlBRAND PARTIMODEL # OFFERED: [ � � EA $ � $
[ � l
[
(must be filled in) `
(PRODUCT NAME AND NUMBER OFFERED MUST MATGH
THE DESCRIP7IVE LITERATURE PROVIDED BY VENDdR
All unit prices bid should be wkhin twe {2) dec(mal polnts. If bidder's pricing exceeds two (2i decimal pofnts, Purchasing reserves the right to
round up or down accordingly.
Continued, , . _
FIRM NAME:
SIGNS WITH FABRICATED FACES
ESTIMATED
ITEM DESCRIPTION i2 MONTH UNIT UN1T PRICE � TOTAL OFFER ,
QTY
7, All MUTCD Waming Signs Series W, Diamond
Grade
MFR/BRAND OFFERED:
(must be filled in)
�
SQ I
MFR/BRAND PARTlMODEL # OFFERED: 148 � $ 1�
!
�
� (must be filled in) I
(PRODUCT NAME AND NUMBER OFFERED MUST MATCH ,
THE DESCRIPTIVE LITERATURE PROVIDED BY VENDOR
8, Ali MUTCD Guide Signs, Series G, M, D, and I, ; :
Diamond Grade � � [
MFR/BRAND OFFERED:
� (must be filled in}
SQ
MFR/BRAND PART/MODEL # OFFERED: � FT � � a
i
1
,
3
i
(must be filled in) ;
' {PRQDUGT NAME AND NUMBER OFFERED MUST MATCH
�
TliE DESCRIP7IVE LITERATURE PROYIDED BY YENDOR
9. Special Request Signs greater than 4 square '
` feet up to and including 16 square feet (any ; I �
fegendj, Diamond Grade, Maximum 2 Colors � � �
� ! �
; MFRBRAND QFFERED: ;
� i
' (must be filled in) f
i
2 � � $ : �- -
� MFR/BRAND PARTlMODEL # OFFERED: � 3
�
� 1
� �
; (must be filled in) '
� (PRODUCT NAME AND NUMBER OFFERED MUST MATCH
THE DESCRIPTIVE LITERATURE PROVIDED BY VENDOR
Afl unit p�ices 6Fd ahould be within two (2) decimal points. if bidders pricing exceeds two {2) decimal points, Purchasing reserves the right to
round up or down accordingly,
Continued....
FIRM NAME:
FABRICATED STREET NAME SIGNS
ITEM DESCRIPTION ESTIMATEQ UNIT UNIT PR10E TOTQL OFFER
12 MONTH
QTY
14. Street Name Signs, Flat Blade, 9" X 36" sign one 1
side, Diamond Grade, Attachment 6 ;
� i
MFR/BRAND OFFERED:
(must be filled inj
MFRJBRAND PART/MODEI� # OFFERED: 10 EA $ _ `$
;
(must be filled in) !
(PRODUGT NAME AND NUMBER OFFERED MUST MATCH �
THE dESCRIPTIVE LITERATURE PROVIdED BY VENDOR __
11. Street Name Signs, Flat Blade, 9" X 42" sign one
� side, Diamond Grade, Attachment 6
�
� MFR/BRAND OFFERED: � ;
� (must be filled in) �
[ 1
� E 10 � EA �$ �$
MFRlBRAND PART/MODEL # OFFERED: � � �
� �
� � j
, {must be filled in) � ;
� (PRODUCT NAME AND NUMBER OFFERED MUST MATCH � �
� THE DESCRIPTIVE LITERATURE PROVIDED BY VENDOR
TOTAL OFFER: i $
Atl unit prices 6id should be within two (2) decimal points. If biddePs pNcing exceeds two (2) decimai points, Purchasfig reserves the right fo
round up o� down accordfngly.
Acknowledge Qualification of Bidders information is included, per Term and Condition #1? YES/INITIAt, ,�
Acknowiedge In#ormation and Descriptive Literature is included and that the manufacturer/brand and part/model number
offered matches the descriptive literature provided by vendor, per Term & Condition #10? YES/1NITIAL _
Acknowledge Non-Discrimination Policy requirement as specified herein? YES/INITIAL _
Note: Palm Beach County Vendors can now be paid by Credit Card via the County's voluntarv Payment Manager
Program. For vendors who don't have a merchant account. one is needed to utilize the Program. For vendors with a
merchant account, yau will need to enroll with the Palm Beach Gounty C(erk & Comptroller's o�ce. For information, contact
the PaCm Beach County Clerk & Comptroller at �bcr�avmentmqr .m�almbeachclerk.cam or 561-355-3295.
**** PLEASE COMPL.ETE AND AFFIX SIGNATURE BELOW ****
FIRM NAME:
ADDRESS: CITY: STATE: ZIP:
SIGNATURE OF AUTHORIZED AGENT: DATE:
R IS TFE VENDOR'S �lE �3Ff7N.9�.�TY T6 k�7UTIMELY Cf�CK OUR WE95RE FOR ANY A1�t�ffiEO RFQ'S THAT MAY HAVE BEEN IS3UE0 PR�R TO THE DEADUf� FOR RECEIPT OF WOTES_
NAME OF AUTHORIZED AGENT: TITLE:
PRINT QR TYPE
PHONE #: FAX #: FED ID # OR SS #
E-MAIL ADDRESS:
QUOTATl�NS ACCEPTED ON TH1S FORM ONLY
lN ACCORDANCE W/TH THE PROVIS/OIYS OF ADA, THIS DOCUMENT MAY
SE REQUESTED /N AN ALTERNATE FORMAT
TERMS AND CONDITIONS
RFQ #300495/JS
1. QUALIFICA710N OF BIDDERS
This bid sha(I be awarded only to a responsive and responsible bidder, qualified to provide the goods and/or service
specified. The bidder shall, upon request, promptly furnish the Gounty sufficient evidence in order to confirm a satisfactory
pertormance record. Such information may include an adequate financial statement of resources, the ability to comply with
required or proposed delivery or performance schedule, a satisiactory record of integrity and business ethics, the necessary
organization, experience, accounting and operation controls, and technica[ skills, and be otherwise qualified and eligible to
receive an award under applicable laws and regulations.
The bidder shauld submit the folfowing information with their bid respanse; however, if not included, it sha(I be the
responsibility of the bidder to submit all evidence, as salicited, within a time frame specified by the County (normally within
two working days of request). Failure of a bidder to provide the required information within the specified time frame is
considered sufficient cause for rejection of their bid. lnfarmation submitted with a previous bid shall not satisfy this
p�ovision.
A. List a minimum of three 3 references in which similar goods andlor services have been provided within the past
three 3 years including scope af work, contact names, addresses, e-mail addresses, telephone numbers and dates
of service on the attached reference sheet included herein. A contact person shall be someone who has personal
knowledge of the bidder's performance far the specific requirement listed. Contact person must have been informed
that they are being used as a reference and that the County may be calling them. DO NOT list persans who are
unable to answer specific questions regarding the requirement.
2. AWARD (ALL-OR-NONE)
Palm Beach County shall award this bid to the (awest, responsive, responsible bidder on an all-or-none, total offer basis.
Therefore, it is necessary for a bidder to bid on every item in order to have a bid considered. It is also required that the bidder
carefuily consider each item, and make sure that each one meets the specifications as indicated. In the event that one item
does not meet such speci�cations the entire bid will be considered non-responsive. Additionally, if a bidder enters a No Bid,
or N/A for any item, they will be considered non-respansive.
3. METHOD OF ORDERING (TERM CONTRACT}
A contract shall be issued for a term of twelve (12) months or until the estimated amount is expended, at the discretion of the
County, The County will order on an "as needed" basis.
4. F.O.B. POINT
The F.O.B. point shall be destination. Exact delivery point will be indicated on the term contract delivery order (b0). Bid
responses showing other than F.O.B. destination shalC be rejected. Bidder retains title and assumes a!I transportation
charges, responsibility, liability and risk in transit, and shall be responsible for the filing of claims for loss or damages.
5. DELIVERY
Delivery shall be required within thirt 30 calendar days after receipt of term contract delivery order (DO) unless a modified
delivery date has been requested by the successful bidder and approved in writing by the Purchasing Director or his/her
designee. Failure of the successful bidder to perform to the delivery requirement is sufficient cause for default and
termination of the contract.
NOTE: AI9 emergency orders for Regulatory, Guide, and Warning signs shall be delivered to Palm Beach County within five
� working days of request from Palm Beach County. The designation of emergency will be solely determined by Palm
Beach County.
6. SAAAPL�S {UPON REG�UEST)
Bidders shall provide, without cost to the County, samples of requested items. Samples may be used in addi#ion to
documentation provided by a bidder to show compliance to technical specifications. Upon request, the County wi11 retum
undestrayed samples to the unsuccessful bidders, at the bidder's expense. Each individual sample must be labeled with
bidder's name, manufacturer's brand name and number, bid number and IFB item reference. Requests for return of samples
must be received with the sample and shall include return instructions with shipping authorization and name of carrier. If
these instructions are not received, the commodities shall be disposed of by Palm Beach County at its discretion.
7. AS SPECIFIED
A term contract del�very order (DO) will b� issued to the successful bidder with the understanding that all items delivered
must meet the specifications herein. Palm Beach County will return, at the expense of the successful bidder, items not
delivered as specified.
At the option of Pa1m Beach Gounty, item(s) from any deEivery may be submitted to an independent testing laboratory to
determine conformity ta respective specifications. Bidders shall assume full responsibility for payment of any and all charges
for testing and analysis of any product offered or delivered that does not conform to the minimum required specifications.
8. QUANTiTY
The quantities shown are estimated. Palm Beach County resenres the right to increase or decrease the total quantities as
necessary to meet actual requirements. Unless stipufated otherwise, Palm Beach Caunty will accept NO minimum arder
requirements. Additionally, bidders are cautioned to bid in accordance with the unit specified on the bid response page.
9. RENEWAL OPTION
The successful 6idder shall be awarded a contract for twelve t12) months with the option to renew for four 4 additional
twelve (12} month period(s). The option for renewal shall only be exercised upon mutual written agreement and with all
original terms, canditions and unit prices adhered to with no deviatians. Any renewal shall be subject to the appropriation of
funds by the Board of County Commissioners, A renewal shall be revoked if a vendor is suspended by the Purchasing
Department prior to the commencement of the renewal period.
10. INFORMATION AND DESCRIPTIV� LITERATURE
Bidder shall enter the product name and number on the bid respanse page. If a bidder does not fill in the praduct name and
number offered far any item, or enters any wording ather than the product name and number, the item shafl be rejected.
Additionally, the bidder shall submit with their bid response, cut sheets, sketches, descriptive literature and/or
complete specifications for said item(s). Literature shall provide matching product numbers to those offered on the
Bid Response page and sufFicient detail to verify compliance to bid specifications. The failure of the descriptive
literature to show that the item(s) offered conforms to the requirements of this solicitation shall result in the rejection of the
bid. Reference to literature submitted with a previous bid shall not satisfy this provision. The County reserves the sole right
ta determine acceptance of ofFered item(s).
Note: At the sole discretion of Palm Beach County, samples may be requested, after bid submittal, to complete and/or verify
compliance to bid specifications,
11. WARRANTY
The successful bidder shal) fully warrant all items furnished hereunder against defect in materials and/or workmanship for a
period of minimum of five t5) vears from date of delivery and acceptance by Palm Beach County. Should any defect in
materials or workmanship, excepting ordinary wear and tear, appear during the above stated warranty period, the successful
bidder shall repair or replace same at no cost ta Palm Beach Gounty, immediately upon written notice from the Qirector of
Purchasing.
12. ATTACHMENT(S)
Attachments 1 throuqh 6 are included and are considered to be a component af this bid.
13. SBE ORQINANCE
Item 1 - Policv
It is the policy of the Board of County Commissioners of Palm Beach County, Florida, that SBE(s) have the maximum
practical opportunity to participate in the campetitive process of supplying goods and services to the County. To that end, the
Baard of County Commissioners adopted a Small Business Ordinance which is codified in Sections 2-8021 through 2-80.34
(as amended) of the Pafm Beach County Code, which sets forth the County's requirements for the SBE program, and is
incorparated in this solicitation. Compliance with the requirements con#ained in this section shall result in a�idder 6eing
deemed responsive to 5BE requirements. The provisions af this Ordinance are applicable ta this solicitation, and shall have
precedence over the provisions of this salicitatian in the event af a conflict.
Item 2— Contract Award Griteria
For purchases made as a result of this solicitation, the County shall make an award to the vendor who is cerkified as a small
business with Palm Beach County and who is within 10% of the lowest responsive, respansible bidder, providing that the
smal! business is also desmed responsive and responsible to the terms and conditions of the solicitation.
Item 3 - SBE Gertification
Only those firms certified as a small business enterprise by Palm Beach County at the time of bid submission shall be
counted toward the established SBE goals. Upon receipt of a complete application, IT TAKES UP TO NINETY (90) DAYS
TO BECOME CERTIFIED AS AN SBE WITH PALM BEACH COUNTY. It is the responsibility of the bidder to confirm the
cert3fication of any proposed SBE; therefore, it is recommended that bidders visit the on-line Vendor Directory at
www.pbcgov.org/osba to verify SBE certification.
(tem 4 - Decertificatian
As part of th� consideration for bid award under the SBE Ordinance, any firm/proposer decerkified by Palm Beach County
shall be considered non-responsive to the SBE requirements.
14. LOGAL PREFERENCE ORDINANCE: In accordance with the Palm Beach County Local Preference Ordinance, a
preference wil! be given to (1 } bidders having a permanent place of business in Palm Beach County; (2) bidders having a
permanent place of business in the Glades that are able to pravide the goods or services within the Glades.
1. Glades Local Preference: Pursuant to the Palm Beach County Local Preference Ordinance, a 5% Glades Local
Preference is given when a Glades business offers to provide the goods or services that will be procured for use
in the Glades. If the lowest responsive, responsible bidder is a non-Glades business, all bids received from
responsive, responsible Glades businesses will be decreased by 5%. The original bid amount is not changed.
The 5°/Q decrease given far the Glades Local Preference is calculated only far the purpose of determining local
preference.
2. Local Preference: Pursuant to the Palm Beach County Local Preference Ordinance, a 5% Local Preference is
given to bidders having a permanent place of 6usiness in Palm Beach Caunty. lf the lowest responsive,
responsible bidder is a non-local business; all bids received from responsive, responsible local businesses will be
decreased by 5%. The original bid amaunt is not changed. The 5°lo decrease given far the Local Preference is
calculated only for the purpose of determining local preference.
3. To receive a Glades Local Preference or a Local Preference (collectively referred to as "local preference"), a
bidder must have a permanent place of business in existence rp,.,ior to the County's issuance of this Notice of
Solicitation / Invitation for Bid. A permanent place of business means that the bidder's headquarters is located in
Palm Beach County or in the Gfades, as applicable; or, the bidder has a permanent office or other site in Palm
Beach County or in the G{ades, as applicable, where the bidder will produce a substantial portion af the goods or
services to be purchased. A valid Business Tax Receipt issued by the Palm Beach County Tax Collector is
required, un{ess the bidder is exempt from the business tax receipt requirement by law, and will be used to verify
that the bidder had a permanent place af business prior to the issuance af this Notice of Solicitation / Invitation
for Bid. In addition, the attached "Certification af Business Location" and Business Tax Receipt must accompany
the bid at the time of bid submission. The Palm Beach County Business Tax Receipt and this Certification are
the sole determinant of lacal preference sligibility. Errars in the completian of this Certification or failure to submit
this compfeted Certification will cause the bidder / proposer to nat receive a local preference.
SPECIFICATIONS
RFQ #300495/.1S
PURPOSE AND INTENT
7he sole purpose and intent of this Request for Quotation (RFQ) is to secure firm, fixed pricing and estabiish a term contract
for the Fabrication ! Manufacturing of Signs, for Pafm Beach County.
INFORMATION AND DESCRIPTIVE LITERATURE
Bidder shall enter the product name and number on the bid response page. If a bidder does not fill in the product name and
number offered for any item, or enters any wording other than the product name and number, the item shal) be rejected.
Additionally, the bidder shall submit with their bid response, cut sheets, sketches, descriptive literature and/or
complete specifications for said item(s). Literature shall pravide matching product numbers to those offered on the
Bid Response page and sufficient detai[ to verify compliance to bid specifications. The failure of the descriptive
literature to show tF�at the item(s) offered conforms to the requirements of this solicitation shall result in the rejection of the
bid. Reference to literature submitted with a previous bid shall not satisfy this provision. The County reserves the sole right
to determine acceptance of offered item(s).
Note: At the sole discretion of Palm Beach County, samples may be requested, after bid submittal, to complete and/or verify
compliance to bid specifications,
GENERAL
Uniformity and standardization af signs is of the utmost importance. All roadway signs shall be made in accordance with the
Manual on Uniform Traffic Control Devices (MUTCD) latest edition, the Fiorida Repartment of Transportation Standard
Specifications for Road and Bridge Construction latest edition, Florida Department of Transportation Roadway and Traffic
Design Standards latest edition and as directed by the County Engineer or his representative.
The different types of signs fabricatedlmanufactured shall be designed the same as the existing signs in Palm Beach County
to keep uniformity, to include shape, color, dimensions, legends, and illumination or reflectivity.
All finished signs do not need to be clear caated or have a clear film applied to sign.
S(GNS WITH PRE-FABRICATED SIGN FACES
Items 1 through 6 shall be MUTCD signs with the legend and colar as deflned in that Manual.
The sign face shall be mounted on an aluminum sign blank as specifled herein.
SIGNS WITN FABRICATED SIGN FACES
Reflective sheeting to be used in the manufacturing of items 7 through 9 shall conform ta the minimum specifications in the
Florida Department af Transportation Standard Specifications for Road and Bridge Construction Section 994 latest edition.
The following types of reflective sheeting used in the manufacture of these signs shall meet the specifications in the Flarida
Department of Transportation Standard Speciftcations far Road and Bridge ConStruction.
Diamond Grade DG3 Type Xl
Strong Yellow Green Type (X
All signs shall be manufactured using a pressure sensitive or heat activated adhesive backing.
The sign face shall be mounted on an aluminum sign blank as specified herein.
See Rttachments 1 through 6.
Ail silk-screen signs shal[ be made in accordance with fhe Florida Department of Transpo�tation Standard Specification far
Road and Bridge Canstruction latest edition and the MUTCD Standard Designs.
Items 7 and 8 shall be MUTGD signs, with the legend and color as defined in that manual. The seriss is defined as follows:
R— Regulatory Signs D�- Destination Signs G— Guide Signs
W— Warning I— Information Signs
M— Marker Signs S— School Signs
A typica! order for an item 7 sign would be a W8-1 30"x30" Diamond Grade. (This would be a bump sign with diamond grade
material).
Item 9 shall be a maximum of two (2} colors, with any legend not covered by items 7 through 8. An order shall specify the
colors, legend and size. See Attachments 1 through 6 for blank design. For signs other than MUTCD manuaC signs, the
supplier shall provide a scale paper draft of the sign to the County for written approval prior to manufacture. The County shall
have the option to have the sign revised once to meet its approvaL The draft shall be provided within seven {7) working days
after receipt of the order and the completed sign shall be delivered witF�in thirty (30� days after receipt of written approval.
FABRICATED STREET NAME SIGNS
Material specifications for items 10 and 11 signs shall be the same as for items 7 through 9 signs.
{tem 10 and 11 Street Name Signs shall be any street name provided an one (1) side of the sign. Normally, the letters shafl
be 6" high and Series C. Depending on the length of street name, letters can be 5" high Series B, with written approval from
Palm Beach County. The calors shall be white diamond grade material using green overlay sheeting. See street name sign
layout Attachment 6.
5iGN BLANKS SPECiFICATIONS
All sizes of flat blanks shall be aluminum alloy 5052H38 (.080 gauge thick). All blanks shall have Alodine 1200 spray
application treatment.
All edges shall be true and smoath and free from excessive burrs or ragged breaks.
Size and location of holes, comer radius, and gauge are specified for the most common type of sign blanks on the sign blank
specification sheets.
If the sign size is not shown on the sign blank specification sheets, the corner radius shall be 1—'h ", and no holes shall be
drilled.
COUNTY'S RESPONSIBILITY
The Caunty shall order on an as needed basis.
NOTE: Palm Beach County will accept no minimum order requirements.
NON-DISCRIM{NATION POLICY
SOLICITATION #300495/JS
Pursuant to Palm Beach Counky Resolution R-2014-1421, as may be amended, it is the palicy of the Board of
Counry Commissioners of Palm Beach County that Palm Beach County shall not conduct business with nor
appropriate any funds for any organizatian that practices discrimination on the basis of race, color, national origin,
religion, ancestry, sex, age, familial status, marital status, sexua) orientation, gender identity and expression,
disability, or genetic information.
All vendors doing business with Pafm Beach County are required ta submit a copy of its non-discrimination policy
which shall be consistent with the policy of Palm Beach County staied above, prior to entering into any contract
with Palm Beach County. In the event a vendar does not have a written non-discrimination policy or one that
conforms to Palm Beach County's policy, such vendor shall be required to check the applicable statement and
sign below affirming it wil! canform to Palm Beach County`s policy.
Check one:
(_} Vendor hereby acknowledges that it does not have a written non-discrimination policy or one that
conforms to Palm Beach County's policy and Vendor hereby acknowledges and affirms by
signing below that it will canform to Palm Beach County's non-discrimination policy as provided in
Palm Beach County's Resolution R-2014-1421, as may be amended.
OR
(_) Vendor hereby attaches its non-discrimination palicy which is consistent with the policy of Palm
Beach County.
QR
(_) Vendor hereby attaches its non-discriminatian poticy which does not conform to the policy of Palm
Beach County; however, Vendor hereby acknowledges and affirms by signing betow that it will
conform to Palm Beach County's non-discrimination policy as provided in Palm Beach County's
Resolution R-2014-1421, as may be amended.
NOTE:
Vendor's failure to either: (i} have a written or non-written non-discrimination palicy in conformance with Palm
Beach County's palicy set forth above; or (ii) provide Palm Beach County with the information set forth above, will
render vendor non-responsive.
Vendor s�all natify Palm Beach Gounty in the event it no longer maintains a written or non-written non-
discrimination policy that is in conformance with Palm Seach County's poticy set forth above. Failure to maintain
said non-discrimination policy shall be considered a default of contract.
BIDDER:
Company Name
Signature
Name (type or print)
Title
Rev. 01.16.15
CERTIFICATlON OF BUSINESS LOCATION
RFQ # 300495/JS
In accordance with the Palm Beach County Lacal Preference Ordinance, as amended, a preference will be given to: (1)
bidders/quoters having a permanent place of business in Palm Beach County ("County"); (2) bidders/quoters having a
permanent place of business in the Gfades that are able to provide the goods, services or construction to be utilized or built
within the Glades; and {3) bidders/quoters having a permanent place of business in the County (non-Glades business) who
utilize Glades subcontractors for construction projects in the Glades. To receive a local preference, bidders/quoters must
have a permanent place of business within the County or the Glades, as applicable, prior to tF�e Caunty's issuance of the
solicitation. A Business Tax Receipt which is issued by the Palm Beach County Tax Collector, authorizes the bidder/quoter
to provide the goods/services being solicited hy the County, and will be used to verify that the bidder/quoter had a permanent
place of business prior to the issuance of the so(icitation. The bidder/quoter must submit this Certification of Business
Location ("Certification"} along with the required Business Tax Receipt at the time of bid or quote submission. The Business
Tax Receipt and this Certification are the sole determinant of local preference eligibility. Errors in the completion of this
Certification or failure to submit this completed Certification wiU cause the bidder/quoter to not receive a local preference.
In instances where the bidderlquoter is exempt by law from the requirement of obtaining a Business Tax Receipt, the
bidderlquoter must: (a) provide a citation to the specific statutory exemption; and (b) provide other documentation which
clearly establishes that the bidder/quoter had a permanent place of business within the County or the Glades prior to the date
of issuance of the solicitation. The County hereby retains the right to contact said bidders/quoters for additiona( information
related to this requirement after the bid/quote due date.
I. BiddertQuoter is a:
Local Business: A local business has a permanent place of business in
Palm Beach County.
(Please indicate}:
Headquarters located in Palm Beach County
Permanent office or other site located in Palm Beach County
from which a vendor will produce a substantia( portion of the
goads or services.
Glades Business: R Glades business has a permanent place of business in
the Glades.
(Please indicate}:
Headquarters located in the Glades
Permanent office or other site located in the GCades from which a
vendor wil{ produce a substantial partion af the goods ar services.
11. The attached copy of quoter'slproposer's County Business Tax Receipt verifies bidder's/quoter's
permanent place of business.
TH1S CERTIFICATION is submitted by , as
{Name af Individual)
, of
{TitlelPosition) (Firm Name of Bidder/Quoter)
who hereby certifies that the information stated above is true and correct and that the County
Business Tax Fteceipt is a true and correct copy of the ar�ginal. Further, it is hereby acknowledged
that any misrepresentation by the bidderlquoter on this Certification will be considered an unethical
business practice and be graunds for sanctions against future County business with the
bidderJquoter.
(Signature} {Date}
QUALIFICATIONS OF BIDDERS
REFER�NCES FOR SOLICfTAT10N #300495/JS
Bidder shaA list references in accordance with the requirements set forth in the Qualifications of Bidders.
REFERENCE NAME:
ADDRESS:
GONTACT NAME:
PHONE: CELL RHONE:
CONTACT INFORMATION:
FAX: EMAlL:
SCOPE OF WORK:
CQNTRACT DATES:
R�FERENCE NAME:
ADDF2ES5:
C�NTACT NAME:
PHONE: CELL PHONE:
CONTACT INFORMATION:
FAX: EMAIL:
SCOPE OF WQRK:
CONTRACT DATES:
R�FERENCE NAME:
ADDRESS:
CONTACT NAME:
PHONE: CELL PHONE:
C�NTACT INFQRMATION:
FAX: EMAIL;
SCQPE OF WORK:
CONTRACT DATES:
ATTACI3MENT 1
PALM BEACH CQUNTY - TRAFFIC DIVISION
SIGN BLANK SPECIFICATIONS
BLANK SIZE AND TYPE: 30" STOP
GAUGE: .080
MATERIAL: 5052-H38 ALUMINUM WITH #I20Q ALODTNE FIrTISH
DRILLED: WITH 3/8" HOLES, DEGREASED AND DEBURRED
t�. � u
.12g-,{
♦1 � � i �
��� � `
�
�
rn� �
N Q
� �
�„
�O�r
ATTACHMENT 2
PALM BEACH COUNTY - TRAFFIC DIVISION
SIGN BLANK SPECIFICATIONS
BLANK SIZE AND TYPE: 36" STOP
GAUGE: .0$0
MATERIAL: 5052-H38 ALUMI1�lUN1 WITH #1200 ALODINE FIr1ISH
DRILLED: WITH 3/8" HQLES, DEGREASED AND DEBURRED
� !t
�, � 5 -�
,` „
� �
�
�
�
_
� �
�
�
_��
�
36"
ATTACHMENT 5
PALM BEACH COUNTY - TRAFFIC DIV�SION
SIGN BLANK SPECIFICATIONS
BLANK STZE AND TYPE: 30" X 24"
GAUGE: A8�
MATERIAL: 5052-H38 ALLJ�V�TUM WITH #I200 ALODINE FINISH
DRILLED: WITH 3/$" HOLES, DEGREASEI? AND DEBURRED
C4RNERS: WITH 1-1/2" RADNS CORNERS
�
3
� 3 „ �
M
2� `' -7j
ATTACHMENT 6
PALM BEACH C4UNTY - TRAFFIC DIVTSION
SIGN BLANK SPECIFICATIONS
BLANK SIZE AND TYPE: 30" x 3�"
GAUGE: .08p
MATERIAL: 5052-H38 ALLi�✓IINLTM WITH #1200 ALODINE FII�TISH
DRILI�ED: WITH 3/S" H4LES, DEGREASED AND DEBURRED
CORNERS: WITH 1-1/2" RADIUS C4RNERS
NQTE - HOLES FOR US1NG BLANK AS "DIAMOND" TQ BE DRILLED ON A
30" CENTER. 4 HOLES TOTAL TO BE DRILL IN BLANK.
�
�t%` 3��
4'/x
�
1
O
m
3' �
�o��' --------�
ATTACHMENT 7
PALM BEACH COUNTY — TRAFFIC D�VISION
SIGN BLANK SPECIFICATIONS
BLANK SIZE AND TYPE: 12" X 36"
GAUGE: .080
IYIATERIAL: 5052-H3 8 ALU1�2[NUM WITH # 1204 ALODINE FINISH
DRILLED: WITH 3!$" HOLES, DEGREASED AND DEBURRED
CORNERS: VVITH 1-1/2" RADN� CORNERS
�„
� �
0
1
� z' o �t.. °
�� �
a
ATTACHMENT 48
PALM BEACH COUNTY - TR.AFFIC DNISION
ONE SIDED SIGN BLANK SPECIFICATI4NS
BLANK SIZE AND TYPE; 9" X 24", 30", 36", 42"
GAUGE: .080
MATERIAL: 50�2-H38 ALLrn�1INUM WITH #1240 ALODINE FINISH
DRILLED: WITH 3/8" HOLES, DEGREASED AND DEBURRED
CORNERS : WITH 1-1 /2" RADNS CORNERS
24", 3Q", 36" or �2
l/"
. a
I
9" � � . o
0
�j � �
' o
Background Sheeting: Trans�ucent Diamond Grade (3M 3990 or Equal)
Letters and Numbers: Green Overlay (3M 117'1 or Equal)
Size of Letters: 10 inches high series C upper case and 8 inches high series B lower
case.
Numbers: 4 inch width
Borc�er: 1 inch width
Form P
REQUEST FOR QU�TA710N
*" TH/S tS NOT AN ORAER •'
BDARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY PURCHASING DEPARTMENT
50 S. MILITARY TRAIL, SUITE 710, WEST PALM BEACH, FL 33415-3199
PHONE �561) 616•6823 FAX (561) 242-6723
E-MAIL: su bc ov.cnm
RFQ #300495IJS To ensure that your offer is considered, it must be received In Palm Beach
County Purchasing no later than 4•OQ P.M.. PAI.M BEACH COUNTY LOCAL
BUYER: Jasmin Sundar TIME, on Februarv 02, 2015. Offers received after thts time will no be
considered.
DATE: January 26, 2015 '"'• FAXED OR E-MAILED RESPONSES ACCEPi'ED ""*
TITLE: SIGNS, TRAFFIC CONTROL, PURCHASE AND DELIVERY OF, TERM CONTRACT
puota6ons are requested for tumishfng Ihe goods ! services described below in accordarace with appiicaWe terms, condifions and specifications as set forth
heretn withoW any modficatian, change or alterations lo any tertns, Cond3ilo� or provi5ions of Ihls sollcNalion, uniess apecificaily approved In vxliing by �he
Counly_ ALL QUOTATIONS MUST BE F-O.B pESTINATION PALM BHACH COUNTY 15 EXEMPT fram FEDER,4L, STATE and CITY TAXES An
ExempEton Certificate wftl be tumished upon request
By submAting an o(tet which is accepted by the County, a bv�ding conlract fs (ofm0tl m accardance with ihe terms. conddlons and spera(icaiions as set torth
!n this Requesl for Quotatton (RFQ) r�i m the Purchase Order / Term Contract Standard Terms and Cand�tions located at (www �xi�vv �o�tchas�r?a1
�Ot��ITtOt�iEt7 OFFERS- Vendors are caulioned that arry cond�tion, qualification, p�ovisfon, or commern in (heir quote, or in olher corresponder�e
lransrroiled vnth their quote. vrhich 3n any way modities, takes excepiROn ta, or is mCOnslstent �nnth the specificaUons_ requ�remenis, or any o# [he ierm�.
contliGOns, or prov�srons of this sohc�tatfon, �s suffident cause for the reject=on of Iheir quote and sha11 be c�smered ss non-resQonsWe
SIGNS WITH PRE-FABRtCATED SIGN FACES
� .._� — -- ---
ESTIMATED
ITEM D�SCRiPTION 12 MONTH tJNIT UNIT PRICE TOTAL OFFER
QTY _
1. Stop, 30" z 30" Diamond Grade, MUTCD �
Des3gnation: R'!-1, Attachment 1 �
� MFR/BRAND 0�1=ERED: �� 1 ����
{mustbe�liedin) (
MFR/BRAND PARTlMODEI. # OFfEREO:
� 25Q �A $ �3.06 � a,z�s.00
40�G SEf2IES 1]G3 � �
(must be fiiled in) � �
(PRODUCT NAM� ANO NUMBER OFFERED MUST MATC}i
7HE D�SCRIPTIVE L17ERATURE PROVIDED E __
2. Stop, 36" x 36" Diamond Grade, MUTCD �
Designation: R1-1, Attachment 2
3 _
i ;
MFRlBRAND OFFERED: 3�t I vULCAN �
(must be�lled in) �
� � i
MFRlBRAND PAl271MODEL t� OFFERED: ��� i EA � 47 � g� $ 4. ae7.4�
aoa� sERx�s nc� �
(must be filled In) � (
{PRODUCT NAME AND NUM6ER OFFEREO NIU57 MATGH � �
THE DESCRIPTtVE LITERATURE PROVIDEO BY V D
All unit prices bid should be within hvo {2) decimal points. Ii bidders pNcing axeagds two (2) deetmat points, Purchesing reserves the right to
round up or tlown accotdingiy.
Cont#nued- -
FIRM NAME. �c� szctvs — _ — — -
ESTEMATED
ITEM dESCRIPTlO(�t 12 MONTH UNiT UNIT PRICE TOTAL OFFER
QTY
3. Speed Limit 3D, 24" x 30", Diamond Grade,
M UYCp
Designation: R2-'1-30, Attachment 3
MFRlBRAND OFFEF2E[}: 3M / VuLCAN
{must be fliled in)
2 Eq $ 27.00 $ 54.00
MFR/BRAND PARTIMODEL # OFFERED:
40DQ SERtES DG3
{must be filled in)
(PROOUCT NAM� AN� N{1MBER OFFEREO MUST MATCH
THE DESCRIPSIVE LITERATURE PROVIDEb V O
4. Do Nat Enter, 30" x 30" Diamond Grade, MUTCD
Designatian: R5-1, Attachment 4
MFE�tBRANQ OFFERED: 3M / WLCArr
(must be filled "en)
2 EA � 33.7s � 67.52
MFR/BRAND PARTIMQDEL # OFF�ftEQ:
440� SERIE5 DG3
(must be fil[ed in}
(PROptJGT NAME AND NUMBER QFFERED MU5T MATCH
THE nfSCRIp71VE LITERATURE PROVIDED Y Pi
5. Object Marker Left, 12" x 36", Diamond Grade,
Nit1TCD aeslgnation: OM-3L, Attachment 5
MFRJBRAND OFFERED: 3M / wLCA�r
(must be filled in)
i0 EA $ �6•�'S $ 155.50
MFRIBRAND PARTlMODEL f# OFFER�D_
400C SERIES BG3
{mu�t be filled in)
(PRDDUCT NAME AND NUM9ER OFFEl2Ed MUST MATCH
THE UE$C121PTIVE LITERATiJRE PROVIDED 8Y VENDOR
6. Object Marker Right,l2" x 36", Diamond Grade,
MUTCp pesignation: OM-3R, Attachment 5
MFRlSRAND OFFERED: 3M / w�cr,.v
�must be filled in}
MFR/BRAND PAF271MODEL # 4FF6RED: 2 EA $ 16 . S5 $ 33 .10
440Q SERIES DG3
{must be filled in}
(PRQDUCT NAME AND NUMBER pFFERED MU3T MATCH
THE 6ESCRIP7IVE LITERATURE PROVIDED Y Y N OR
AIt unit pricas 6id should 6e w3thin two (2� dectmai potn#s. If bidde�s pricing exCeeda two (2) deelmal po[nts, Purehasing reserves the right to
round up or down atcordingly.
Continued
F1RM NAM�: t'"JLCArr szcr�s
SIGNS WITH FABRICATED FACES
ESTIMATED
ITEM D�SCRIPTION 12 M4PtTH UNIT UNIT PRiCE 1'p7AL. OFFER
QTY
7, All MUTCD Warning Sfgns Series W, Dtamond
Grade
MFR/BRAND pFFEi2ED; 3M I wLCAN
(must be filled in►
.14� SQ $ 5.39 $ 797.72
MFRIBRAND PART(MODEL # OFFERED: FT
4000 SERIES DG3
(must he ftlled in)
(PRODUCT NAME AND NUNBER OFFERED MUST MATCW
THE DESCRIPTIVE LITERATURE PftOVIOEU Y DO
8. Ail MUTCD Gulde Signs, 5erles G, M, D, and !,
Diamand Grade
MFRJBRAND O�FEi2Eb: 3� / wLCnrr
(must be fi(led in)
2 SQ � 6.53 $ 13.06
MFR/BRAND PARTIMODEL # OFFER�D: FT
4000 SERIES DG3
(must be fitled in}
{PROQUGT NAME AND NUM9EFt OFFERED INUST MATCK
T11E pESCRiPT1VE IiTERATl1RE Pf20VIDED BY VENDOR
9. Specia! Request Signs greater than 4 square
feet up to and including 16 square feet {any
legend), Dlamond Grade, Maximum 2 Colors
MFRiBRAND OFFERED: 3M / w�CAZv
{must be filled inj
STANDARD COL•ORS ONLY � S Q $'7 � 66 $ 15 . 32
MFRIBRAND PAl27IMODEL # OFFERED. FT
4000 SERIE5 bG3
(must be fllled tn}
(PROOUGT NAME AND NUM9Hft OFFERED MUST MATGIi
THE DESCRIPTIYE LITERATURE PROVIDEQ BY YEN R
Atl unit prices btd should he within two (2} deCima{ points. If b[ddeYs pricing exceeds two {2► decimat poinfs, Purehasing reservos the right tn
round up or down accordittgly.
Continued, ..
�1RM NAME: �LCAN SIGxs
FABRICATED STRfET NAME SIGNS
ITEM DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL OFFER
12 MONTH
QTY - - - -
10. Street Name Signs, Flat Blade, 9" X 36" sign one
' side, Diamond Grade, Attachment 6
MFRIBRAND OFFERED: 3M ( WLCAN
(must be filled in)
1D �A $ I5.86 $ 158.60
MFWBRANQ PARTIMODEL # OFFERED:
�
�
SERIES 1170 EC FiLM & SERZES 4000 DG3 ;
� (must be fflled in) I
;(PRO�UC7 NAME AND NUMBER OFFERED MUS7 MATCH �
_ __�THE DESCRIPTIVE LI7ERATURE PROVIOE� V NDOR _ _ , -- -
11. ; Street Name Signs, Flat Blade, 9" X 42" sign one
� side, Diamond Grade, Attachment 6
MFR/BRAND OFFERED: 3M J wLCata
(must be filled in)
MFRJBRAND PART/MODEL # OFFERED:
10 EA $ 19.30 $ iss.oa
SERIES 1170 EC FTLM & SERIES 4000 DG3
p
(must be filied in)
(PRODUCT NAME AND NUM9ER OFFERED MUS7 MATCH
T11E DESC RIPTIVE LITERAT PROVIDED BY VENDOR) - -- �
TOTALOFFER: I $ ��.sas.�2
All unit prices bid shauld 6e withir� two (2) decimal points. If biddars prictng oxcaeds two (2) decimal points, Purchastng reserves the rlghl to
round up or down accordingty.
Acknowledge Qualif[cation oi Bidders information is included, per Term and Condition #1? YES/INITIAL�'!�+�"
Acknowtedge lnformation and Descr€ptive Literature is included and that the manufacturer/brand and partlmodei number
offered matches the des�rjptive litecature prov�ded by vendar, per Term 8 Condition #�Q? YES/INITIAL �'!�"`
Acknowledge NorrDis�r�m�nation Policy requ�rement as spec�fied herein? YESliNITIAL �"����
Note. Raim Beach County Vendors can now be pald by Credit Card via the County's volunta Payment Manager
Program. For vendors who don't have a merchant account, one is needed to utilize the Program. For vendors with a
merchant account, you will need to enrol) with Ehe Patm Beach County Clerk & Comp#roltefs o��e. For inforrnatiQn, contact
the Paim Beach County Clerk & Comptroller at �bc�avmentmar�a m�atmheacheff:ric.cam or 5fi1-355-3295-
. "*"'* PLEASE COMPI.ETE AND AFFIX SIGNATURE BEI.OW *'**
FIRM NAME: �LC.�N SIGNS _ _
ADDRESS: p• D. HOX 1854 CITY; F�L�Y STATE: A� ZIP: 36���
51GNATURE OF AUTHORIZED AGENT: f������ll✓ 1�'./: !F I>z���i� DATE: 21 02 J15
�
F� 19 THE VfJWOR'' �� �;°�."'.=��.F?Y TO ROUTklELY CHECK OUR NE FOFt AHY AMENDED PFQ'S THAT MA NAVE BEEN �s471E� PRIOR YD 71fE oE,nDL1NE FoRREC@IPi' Oi OWTES-
NAME OF AUTH0f2lZED AG�NT: �TTH�w M. [u�,uxiN TITLE: sALES r.aNnc��
PRINT 4R TYPE
PHOIVE #: Bff(l 633 6845 F�( #; 251-993-1544 FED ID #OR S$ #�3-D513968
E-MAI�ADDRESS: �lcan3t�vulcaninc.com _ _
QUOTAT/ONS ACCEPTED ON TH(S FORM ONLY
IN ACCORDANCE WlTH THE PROVISIONS OF RDA, THtS DOCUMENT MAY
BE REQ�JESTED 1N AN AL7ERNATE FORMAT
NON-DISCRIMfNAT[ON POLICY
SOLICI7A710N #3004951JS
Pursuant to Palm Beach County Resolution R-2034-1421, as may be amended, it is the palicy of the Board of
County Commissioners af Palm Beach County that Palm Beach County shall not conduct business with nor
appropriate any funds for any organization that practices discrimination tin fhe basis af race, colar, national origfn,
religion, ancestry, sex, age, familial status, marital status, sexual arientation, gender identity and expression,
disability, or genetic inforrnation.
All vendars doing business with Palm Beach County are required to submit a Copy of ifs non-discrimination policy
which shall be consistent with the palicy of Palm Beach County stated above, privr to entering into any contract
with Palm Beach County. in the event a vendor cloes nat have a written non-discrimination policy or one that
conforms to Palm Beach County's policy, such vendor shaH be required to check the applicable statement and
sign belnw affirming it �nrill conform to Palm Beach County's policy.
Check one:
(,,,,,_} Vendor hereby acknowledges ihat it does not have a written non-discriminati�n palicy or one that
cvnforms to Palm Beach County's policy and Vendor hereby acknowledges and affirms by
signing below that it will conform to Palm Beach County's non-discrimination poEicy as provided in
Palm 6each County's Resolution R-2014-'{421, as may be amended.
OR
(� y Vendor hereby attaches its non-dfscriminatlon pblicy which is consisient with the policy of Palm
Beach County.
OR
{� Vendor hereby attaches its non-discrimination policy which does not conform to the policy of Palrr�
Beach Caunty; howevec, Vendor hereby acknowledges and affirms by signing below that (t wi{t
conform to Palm Beach County's non-discriminatio� policy as provided in Palm Beach County's
Resolution R-20141429, as may be amended.
ND7E:
Vendor's failure to either: {i� have a wriften or non-written non-discrimination policy in conformar�ce with Palm
Beach County's palicy set forth above; or (ii) provide Palm Beach Counfy with the information set forth above, wil{
render vendor non-responsi�e,
Vendor shall notify Palm Beach County in the event it no longer maintains a writfen or non-wrikten non-
discrimination policy that is in conforma�ce with Palm Beach County's policy set forth above. Failure to maintain
said nan-discriminat�on poticy 5hall be considered a default af contract.
BIDDER,
WLCAN &IGNS
�� Name tf `��
� �,v �'�t/�.t-i. .
Sig ture
MATTHEw M, MALTRIN
Name (type ar prin[)
SALES MANRGcsR
Titte
Rev,ot 16.�s
CERTIFICA7ION OF BUSINESS L�CAT[dN
RFQ # 3004951JS
In accordance with the Paim Beach Counry Local F'reference Ordinance, as emended, a preference wiN be given to: (7)
bidders/quoters having a permanent p3ace of business in Pa1m Beaah Gounty ("County"}; (2� bidderslquoters having a
permanent piace of business in the Glades khat are able to provide the goods, services or construction to be utilized or built
within the Glades; and (3) bidderslquatsrs having a permanen# place of business in the County {non-Glades business} wha
utilize Glades su6contractors for construct'ton projects in the Glades. To receive a local preferen�e, bidderslquoters must
have a permanent place of business within the County ar the Glades, as applicable, prior to tfie County's issuance of the
s�licitation. A Business Tax Receipt which is issued by the Palm Beach County Tax Coliector, authorfzes the bidderlquoter
to pravide the goods/services being solicited by the Caunty, and will be used to verify that the biddedquoter had a permanent
place of business prior ta the issuance of the solicitation. The biddertquoter must submif ihis Ce�tification of Business
Location ("Certification°) along with the required Business 7ax Receipt at fhe time of bid or quoie submission_ The Business
Tax Receipt and this Gertification are the sole determinant of local preference eligibility. Errors sn the cornpletion of this
Certihcatian or failure to submit this completed Certification will cause the bidder/quoter to not recaive a local preference.
In instances where the bidderlquoter is exempt by law from the requirement of obtaining a 8usiness Tax Receipt, #he
bidderlquater musi: {a) provide a citation to the specific statutory exemptian; and (b) provide other documentation which
ctearly establishes that the bidder/quoter had a permanent �lace of business within �he County or the Glades prior to the date
of issuance oE the solicitation. The County hereby retains the right to contact said bidders/quoters for additional information
related to this requiremen# after the bidtquote dus date.
{. BidderlQuoter is a:
l.ocal Bus+ness� A local business has a permanent place of business i�
Pafm Beach County.
(Please indicate}:
Headquarters located in Palm Beach County
,(�� Permanent o�ce or other site located in Palm 8each County
`-� frorn which a vendor wilf produce a substantial pvrtion of [he
goods or servic�s-
Glades Business: A Glades business has a permanent place of business in
the Glades.
(Please indicate).
Headquarters located in the Glades
Permanent office or Other site located in the Glades from which a
vendorwill produce a substantial portion of the gaods or services.
il The attached copy of quoter'slpr�poser's County Business Tax Receipt verifies bidder's/quoters
perrnanent place of business.
THIS CERTIFICATION is submitted by as
{Name of Individual)
, of
(T�tlelPositian) (Firm Name af Bidder/Quater)
who hereby certifies that the information stated a6ove is true and correct and that the County
Business Tax Receipt is a tnre and correct copy of the original. Further, it is hereby acknowledged
that any misrepresentation by the biddedquoter on this CeRification will be co�sidered an unethical
business practice and be grounds for sanctions against future Couniy business with the
bidderfquater.
(8ignature) (Daie}
QUALIFlCATIONS �F BIDDERS
REF�RENCES FOR SOLIClTAT10N # 300495(JS
Bidder shall iist references in accordance with the requirements set forth in the t]ualificaUons of 8idders_
REFERENGE NAN{E: * * * SEB ATTACHEa * � *
ADDRESS:
CONTACT NAME:
PHONE; CELL PHONE:
CONTACT IMKORMATION:
FAX: EMAIL:
SCOPE OF WORK:
CONTWICT DATES:
itEFERENGE NAME:
ADDRESS:
CONTACT HAl1AE:
PNQNE: CELL PHONE:
CONTACT INFdRMATION:
FAX: EMAIL:
SCORE OF WORK:
CONTRACT DATES:
REFERENC� NAMf: '
ADDRESS:
C0IVTACT NAM�:
PHON�: CEI.L PHON�:
CON7ACT 1N�ORMATt{}N:
FAX: EMAIL:
SCOPE OF WQFtK:
CONTf�AGT DAT�5:
V ul�an Si�n� A rAaior Vulcan, lnc.
P.O_ Box 1850 • 408 �ast Berry Avenue • Foley, Alabama 3653frt850
251 943 1541 � FAX 251 _943.15A4 � E-mail: w(can3�vulcanirtc.com • Web Sde: www.vulcaninc.com
BUSINESS REFERENCES
State of Maryland
Mr. Mike Boyle
7491 Connally Drive
Hanover, MD 21476
Phane (4 t d) 787-7673
City of Garland, TX
Mr. Mike Hilton
409 Forest Gate
Garland, TX 75042
Phone (972) 205-325�
State of Arkansas
Highway & Trans�ortatian Dept.
Ms. Kim Elrod
PO Box 2261
Little Rock, AR 72203
Phone (501) 559-2fi65
Orange County, FL
Mr. John Trento
4200 South John Yoz�ng Parktivay
Orlando, FL 32839
Phone (�07) 836-8062
City of Brownsville, TX
Mr. Roherk Esparza
404 East Washing#an Street
Brownsville, TX 7$520
Phone (95b) 546-1?6$
An Empioyee Owned Gompanyo°
AFFIRMATIVE ACTtON P�LICY
Vulcan, Inc_ provides equal employment opportunity in all aspects of employment
without regard to race, creed, color, r�ligion, national origin, sex {inciuding pregnancy,
chilcfbirth and refated medical conditions), age (40 or older}, citizenship, marital status,
physical ar mental disability (provided a disabled individual is able to perform ihe
esser�tia! jab duties with or without reasonable accammodation), sexual orientation,
genetic information ar military obligatians. Vulcan will take affirmative action to ensure
that applicants are employed and that employees are treated during empioymen#, in
accordance with Vulcan's Affirmativ� Actian Policy, Such action includes, but is not
limited to, the following: hiring, upgrading and promotion, demotion, or transfer;
recruitment; compensation; and selection far training, including any apprenticeship
programs.
D15SEMINATIOlV
Dissemination of this policy will be accomplished by means �f th� fol(owing:
1. Posting in conspicuous places Vulcan's "EEU/Harassment Policy" and our
"Affirmative Actian Policy."
2. Discussion of equa! opportunity employment and our Affirmative Action Policy to
be included frequently on the agenda of Executive and Staff Meetings.
3. Continuing communication to ernployees to promote awareness of our �
EEO/Harassment Policy and our Affirmative Action Policy, making these policies
auailable to employees #o enable them to knaw and avail themselves of its
benefits.
4. Any recruiting sources will be informed af #he company palicy requesting these
sources to actively recruit and refer minorities, females and qualified disab(ed
individuals for a!( positions listed. All soiicifations or advertisements for
employees placed by or on behalf of Vulcan, 1nc. will state that "Vulcan is an
equal opportunity employer."
RESPONSIBILtTY
Primary responsibility for overail company policy and its implementafion is vested in the
Company's President and CEO, Thomas M. Lee. He will maintain ciose contact with a!I
divisions of the Company #o insure that the policy is being adh�red to and the goals and
objectives are c�iligently pursued. He wilf be responsible for maintenance of all
necessary personnel records including records reflecting the Company's a�rmative
action efforts.
GOALS AND OBJECTIVES
From its beginning, our Company has practiced promotians from within, all areas where
adequate qualifications of current employees exist. We wili continus this policy and
practice and will ensure that all promotions are made without regard to race, creed,
calor, national c�riginal, sex (including pregnancy, childbirth and refated rnedical
conditions), age (40 and older), citizenship, marital status, physical or menta( disability
(provided a disabled individual is able #o perform the essentia! functions with or withaut
reasonable accvmmadation), sexual orientation, or genetic infarmation.
Vufcan is located in a rural area, aibeit an area experiencing rapid growth. Qualified
minority workers 4ften seek employment in the larger metropofitan areas, which are
within a 50-mile radius of our facilities. Our employment goal is to attract qualified
minorities anc� females and qualified individuats with disabilities cc�nsistent with their
availability in this relevant labor market.
Our guiding policy will be to make ail �mployment decisions based on qual�cations and
merit without regard to race, creed, color, national arigin, sex, age, citizenship status,
marital status, physical or mental disability, including developmental disability, sexual
orienta#ion, genetic information or military obGgations
Vu�can, Inc.
�/�!�'L�-
Thomas M. Lee
President & CEQ
Rev. 6/2312014
�
Diamond GradeTM
DG Reflective Sheeting Series 4�OQ
° t, :
llCSC`t'i�tir)n Cotor Product Code
3MTM Diamond GradeT'" QC� Reflective White - thermal transfer printable ..... 4040TT
Sheeting Series �4Q00 is a super-high efficiency, Yellaw - thermal transfer printable .... 4091TT
fuIl cube retroreflective sheeting designed Fluorescent Yellow - TT printable .......408ITT
for the production of traffic control signs and Fluorescent Yellow - Green - TT printable ...4083TT
delineators that are exposed vertically in service.
DG' sheeting is designed to have the highest 1'l�uton�t•CriCS
retrore�lective characteristics at medium and short paytime Color (x, y, Y)
road distances as determined by the R values '1'he chramaticity coordinates and total luminance
at 0.5 and ].0° observation angles in�'able B. �'�ctor of the retrorefiective sheeting conform ta
Perfvrmance at these observation angles represents Table A.
the most common nighttime viewing geometries
encountered by the d�iving public. During Color Test - Fluorescent Sheetings
the daytime, Diamond Grade DG fluorescent Conformance to standard chromaticity (x, y) and
reflective sheeting provides higher visibility than luminance factor (Y %) requirements shall be
ordinary (non-fluorescent} colored sheetings. determined by instrumental method in accordance
Agplied to properly prepared sign substrates with ASTIvI E 991 on sheeting applied to smooth
Diamond Grade DG reflective sheeting pravides aluminum test panels cut from Alloy 6061-T6 or
long-term retroreflectivity and durability. Series 5052-H38. The uatues shall be determined on a
4000 sheeting is available in the foliowing calors. HunterLab ColorFlex 45/0 spectrophotometer.
Calor Produet Code �onnputations shall be done for CIE Illuminant
D65 and the 2° standard observer.
White ................................ 4040
Yellow . . . . . . . . . . . . . . . . . . . � . . . . . . . . 4091 Color Test - Qrdinary Colared Sheeting
...
Red . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4092 Conformance to standard chromaticity (x, y) and
Blue . . . . . . . . . . . . . . . . . . . . . . . 4095 lummance factor (Y °/Q) requirements shall be
..........
Green . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4097 determined by instrumental method in accordance
Brawn . . . . . . . . . . . . . , , , . , 4pg9 with ASTM E 1164 on sheeting applied to smooth
Flut�rescent YeIlow - FY . . . . . . . . . . . . . . . . 4081 aluminum test panels cut from Alloy 6061-T6 or
Etuorescent Yellaw Green- FYG .........� 4083 5452-H38. The values shall be determined on a
�luorescent Orange �- FO . . . . . . . . . . . . . . . . 40$4 HunterLab ColorFlex 4$t0 spectroghotometer.
Computations shall be done far CLE Illuminant
D65 and the 2° standard observer.
Table A- Ds time Co1ar S ecification Limits'
Daytime Luminance Limit (Y�)
Color x x x x Min. Max.
White 0.3a3 0300 03G8 0366 03A0 4.393 0.274 0329 2?
Yeilo�v d.498 0_Al2 0.557 Q.442 0.479 0.5?0 0_438 0.472 15 45
Red U.648 0.351 0.735 0.265 0.629 4.281 0.565 0,346 2.5 15
Blue D.140 0.035 0.24d 0.210 0_190 4.255 0.065 0.216 I i0
Green 0.026 0.399 0.16b 4.364 0.286 0.44b 0.207 0.771 3 12
Brawn 0.434 0340 0.610 0_390 O.SSQ 0.450 0.43� 0390 1 9
FY 0.474 Q_520 0.446 0.483 D.512 Q.42t 0.557 0.442 4Q
FYG 0387 O.b10 0369 0.546 0.423 0,496 0.460 0.540 50
FO 0.583 0.416 0.535 0.40Q Q.595 0.35I 0.645 0355 20
1Tie four pairs of Chmmatieity eoorQinatcs dctertninc the accepwb}e color in terms of the CIE 1931 Colorin�etric 5ystem_
z The instrumentally detennined color values of I'riiti�t! �;�)1U�'� x�1t! C7�'rt'ltt�' filme
retrflreflective sheeting can vary significantly For screenprinted or thermally transfer printed
depending on the make and model of colorimetric transparent color areas on white sheeting when
spectrophotorneter as weil as the color and processed according to 3M recommendations,
retroreflective optics of the sheeting (David M.
Burns and T'imothy J. Aonahue, Measurement the coeffici onts of retrareflection shall not be
Issues in the Color Specification of Fluorescent less than 70 /o of fhe value for the conresponding
Retroreflective Materials for Hi h Visibilit color in Tahle B. For white sheeting coveced
Tra�c Signing and Personal S f iy Appli with 3MTM ElectroCutTM Film Series 1170 when
Proceedings of SPIE: Fourth Oxford Conference Frocessed according to 3M recommendations, the
on Spectroscopy, 4826, pp. 39-49, 2003}. For coef�ficients of retroreflection shall not be less than
the purposes of this document, the HunterLab ���o of the value for the corresponding color in
ColorFlex 45/0 spectrophotometer shall be the Table B. The color chramaticity and luminance
referee instrument. shall conform to Table A on page 1.
CaefficientsofRetroreflection(RA) I!.��trs���ce:l�t�al�trit�a I�GPEUI"I►lilltCC Ili
The values in Table B are minirnum coefficients )t��ard to Ua�iCnt.��ti�)i�
of reiroreflection expressed in candelas per lttx per 3
square meter (cdllux/mz). Diamond Grade DG Reflective Sheeting is
designed to be an effective wide angle reflective
Test for Coefficients of Retroreftection sheeting regardless of its orientation on the
Confarmance to coefficient of retroreflection suhstrate or u[timate orientation of the sign after
requirements shall be determined by instrutnentat installation. However, because the efficiency af
method in accordance with ASTM E-$10 "Test light return frozn eube comer reflectors is not
Meihod for Coeffcient of Retroreflecrion of �9ua1 at all application orientations, especially
Retroreflective Sheeting", and per E-810 the Wlth increasing entrance angles, it is possible to
values of 0° and 40° rotation are averaged to get the widest entrance angle light retum when the
determine the R in Table B. sheeting is oriented in a particu(ar manner. When
A high entrance angle (>SO°) performance is required
Table B- l�Tinimum Caefficient of far given signs (e.g. Keep Right Symbols) it can
Retroreflectiou R� for new sheeting (cdlluxJmr) be obtained easily by specifying the application
-4° EntranceAn te' orientation of the completed signs. In these
� situatians the completed sign should have the
ObservationAngEe° sheeting positioned at the 0° orientation (downweb
�� 1 = fl � direction perpendicular to the road).
White 584 420 120
Yetlow d35 315 90 When the "primary groove line" (ar, flat side of
Red 87 63 18 the diamond shape) is verticat in the completed
Green 58 42 12 sign, sheeting is said to be at a 0 orientation.
B1ue 26 t9 5 When the "primary groove line" (or, flat side of
Brown 17 13 4 the diamond shape) is harizontal in the compieted
FluorescencYeltow 350 256 72 �jgn, khe sheeting is said to be at a 90 orientation.
FluorescentYellow Green 460 340 96 (Figure 1)
Fluorescent Orange 175 125 3b
30° Entrance Angie' �' _��'�—�� — : ----}
u•y v.' a.v � �.._ _ `. {+r �__ : timutr I.�ar
White 220 150 45 �o� 9Q°
! :_ �
Yellow I65 210 34 �- - i
Red 33 23 7 �� � - '
Green 22 15 5 Figure 1
$lue 10 7 2
Bro",� � � � Unless the sign lacation andJor position calls for
Fiuorescent Yellow 130 9Q 27 extra-wide entrance angularity performance signs
FluorescentYellow Green 180 120 36 and applied copy (letters, arrows, barders and
Fluorescent Oran e 66 45 14 shields} can be fabricated and instalied using the
ntrance g e— e ang e rom t e i umuiatian applicatian orientation that most efficiently utilizes
axis to the retroreflector axis. The retroreflectar axis is the reflective sheeting.
an axis perpendicular to the iretcoceflective surface_ Note: Far multi-panel signs it is recommended
Obsetvation Angle The angle between khe that ail background panels be sheeted such that the
iliurninatian �tis and the observation a�cis, sheeting direction is the same for all panels.
2
��alli'iC�1t►oli l.itt�`S Remeasure R
The manufacture of prismatic sheeting results in Requirement - The sheeting shall retain a
lines being present in the product. In Diamond mimmum of SS% and a maximum of ] 15% of the
Grade DGs sheeting these Lines are slightly thicker original coefficient of retroreflection.
than the seal pattem legs. Fabrication lines are
naticeabte in shop light but are not observable on St�i� [ .�al�ric�ition 1'I.etl�ocls
the road either in daylight or at night under typical
use conditions (Figure 2). Application
Diamond Grade DG sheeting incorporates a
pressure sensitive adhesive and should be applied
to the sign substrate at temperature of b5°Fl l 8°C
r or higher by any of the following methods:
Mechanical squeeze roll applicatar - re�er to
3M Information Folder (IF) 1.4. Application
to extrusions that are edge wrapped requires
sufficient softening of the sheeting. This can
""°`s`"°`°",�d�,. be accomplished by directing additional heat to
Figure 2- Fabrication Lines the "next to last" edge roller. This praciice will
increase productivity and minimize cracking.
:t(lht'.si��e Hand squeeze roll applicator - refer to 3M �F 1.6.
Diamond Grade DG' sheeting has a pressure- Application of Diamond Grade DG sheeting for
sensitive adhesive that is recammended for complete signs or backgrounds must be done with
application at temperatures of 65°F (1$°C) or a rall laminator, either mechanical or hand driven.
higher.
I-Iand Application
Hand application is recommended for legend and
.ltlltc�si�'c� t��tc! I� ilrT► Prt��a�rtiC's copy only. Refer to 3M Information Folder 1.5 foc
Standard Test Panels more details_
Unless otherwise specified herein, sheeting shall Hand applications will show some visual
be applied to test panels and conditianed in irregulanties, which are objectionable to
accordance with ASTM D4956 and test methods aesthetically critical customers. These are more
and condirions shall conform to ASTM D4956. noticeable on darker colors_ To obtain a clase-up
Properties uniform appearance, a roll laminator must be used.
The following properties shall conform to the All direct applied copy and border MUST be cut at
requirements in ASTM D495G. al1 metal jo�nts and squeegeed at the joints_
1. Adheszon Splices
2. Outdoor weathering Series 4000 sheeting must be butt spliced when
- retained coefficient of retroreflection more than one piece of sheeting is used an one
- colorfastness piece of substrate_ The sheeting pieces sttauld not
3. Stzrinkage touch each other. This is to prevent buckling as
4. Flexibility the sheeting expands in exkreme temperatuce and
5. Liner removal humidity exposure.
6. Impact resistance Double Faced Signs
7. Night time color The sheeting on the bottotn side of a double
In additian, DG' sheeting will conform to the faced sign can be damaged if rolled through a
following properties. squeeze roll applicator with an unprotected steel
l. Gloss bottom roller. The use of a semi-soft flat sheet
Test Method - Test fn accordance with ASTM between the steel roller and the applied sign face
D523 using a 60° glossmeter. will provide protection from damage. A material
Requirement - Rating not less than 50. such as a rubber mat, tag board or cardboard is
recommended.
2. Optical Stability
Test Method � Apply a 3-inch x 6-inch sample to
a test panel. Measure R then place it in an oven at
71° C� 3° C(160°F � S�F) for 24 hours fallowed by
conditioning at star�dard conditions far two hours.
3
�ui�straCeS Care should be taken to avoid flexing DG'
For traffic sign use, substrates found to be sheeting befare and especially after screening
most reliable and durable are properly prepared to eliminate the possibility of cracking from
aluminum sheets and extrusions. Users are urged improper handling techniques.
to carefully evaluate all other substrates for Thermal Transfer Printing
adhesion and sign durability. Other substrates Diamond Grade DG' TT sheeting may be
that may be satisfactory for proper application of imaged with 3M Thermal TransFer Ribbon
sheeting wi11 have the following eharacteristics: Series TTR23Q0 in conjunetion with the Matan
— Clean SprinG3 or Matan Spot4 thermal transFer printers.
— Smooth For regulated traffic signs, Senes TTR2300
— Flat Spot Traffic Colors are to be applied using
— Ri id these printers and must be covered with 3M
— Dimensionally stable ElectroCut Film 1 i 70. Refer to Product Bulletin
-- Weather resistant TTR.2300 far more information.
— Non-porous 3MT"' ElectroCut Film
— High surface energy (passes water b�eak test} 3MTM gle�tXflCutTM Film Series 1170 may be
Refer to Tnformation Foider 1_7 for surface used to pro e ransparent ca lo��ackground
preparation recommendations. Substrates with low cogy for traffic controt signs on Diamond Grade
surface energy may require additionat preparation DG' sheeting. Refer to Product Bulletin 1174 far
such as flame treatment, mechanical abrasion or use fabrication praeedures.
of adhesian promoters prior to sheeking application. �PP�jed Cut-Out Copy
Guide sign extrusions may be edge wrapped. Flat Diamond Grade DG' cut letters may be app3ied
panels or unwrapped extrusions are to be carefully to a DG sheeting background to create a sign
txinuned sa that sheeting from ad}acent panels daes legend. Such cut-out copy may be directly applied
nat touch on assembled signs. ta the background sheeting, or may be applied in
Diamond Grade DG' sheeting is designed primarily a demountable form. Direct applied copy must be
for appIications ta flat substrates. Any use that cut at all panel seams and carefully trimmed back
requires a radius of curvature of less than five so that shecting from adjacent panels does not
inches should alsa be supported by rivets qr bolts. touch on assembled signs. Refer to Information
Plastic substrates are not recommended where Folder 1.10 for more inforniation.
cold shack performance is required. Sign failures Note: It is recommended to fabricate all but the
caused by the substrate or impraper surface targest signs using 1170 eteckronic cuttable overlay
preparation are not the responsibility of 3M. film instead of direct applied copy.
Cnt�gin� C:uttin�; 3
Diamond Grade DG sheeting may be cut into
Diamand Grade DG' sheeting may be processed letters and sliapes af ak least thrQe tnches in heighE
into traffic signs by any of the imaging methods �nd stroke widths of at least one half inch. Smaller
described below. 3M assumes no responsibility for sizes are not recommended. Sealing cut edges of
failure of sign face legends or backgrounds that DG' sheeting is nat required,
have been processed with non-3M pracess coIors
or matched component imaging materials other Plotter Cutting
than those listed below. Programmable knife cut {electronic cutting}
Screen Proeess�ng 1. Flat bed plQtters can either die cut or kiss
Diamand Grade DG' sheeting may be screen cut and offer the most consistent and reliable
processed inta trafftc signs be�ore or after performance.
mounting an a sign substrate, using 3M Process 2• Friction Fed plotter. Kiss cut an(y. Success has
Colars Series $$OI or Series 880N. Serias 880I or been achieved using ptatters that have 600 grams
$$ON process colors can be screened ak 60-100°F flf dawn force and a 60° cutting blade. Additional
(16-3$°C) at relative h�imidity of 20-50%. A PE drive wheels may need to be added to imprave
157 screen mesh with a fill pass is recommended, tracking. An altemative procedure is ta cut
Refer to Information Folder 1.$ for deEails. Na sheeting from the iiner s►de. Blade force and knife
clear coating is required ar recommended. Use of depth must be set to score but not cut thraugh
other pracess colors series is nat recommended. the tagfilm. Break apart individual copy or apply
premask to retain spacing.
A
Other Cutting Methods Elc.jltt� .and Saiet�� lt�fi�r�uxteorz
Diamoad Grade DG' sheeting may be hand cut Read all health hazard, precautionary and first
or die cut one sheet at a time, and band sawed or aid statements found in the Material Safety Data
guillotined in stacks_ Cvtting equipment such as Sheet antUor product label of any materials prior to
guillotines and metal shears, which have pressure
plates on the sheeting when cuiting, may damage handling or use.
the optics. Padding the pressure plate and easing it
down onfa the sheets being cut will significantly GCitt`rill Per'fOr'�yl�tttCC C'�nsidC'rZtit�t2s
reduce damage. Maximum stack height for cutting T� durability of Diamond Grade DG sheeting
Series 4fl00 sheeting is 1/a inch or 50 sheets, and finished signs using 3M Matched Component
Details an cutting can be found in Information materials will depend upon substrate selection
Folder 1.10. and preparation, compliance with recommended
application procedures, geographic area,
St01'�1£;c� �t1�cl �'�icic��ial�; exposure conditions, and maintenance. Maximum
3M Diamond Grade DCr Sheeting should be durability of Diamond Grade DG sheeting can
stored in a cool, dry area, preferably at bS-75°F be expected in applications subject to vertical
(18-24°C) and 30-50% relative humzdity and exposure on stationary objects when processed
should be applied within one year of purchase. and applied io properly prepared aluminum
Ral(s should be stored horizontally in the shipping �cCOrding to 3M recommendations provided in
carton. Partially used rolls should be returned to Information Folder 1.7. The user must determine
the shipping carton flr suspended horizontally from the suitability of any nonmetallzc sign backing
a rod or pipe through the core. Unprocessed sheets for its intended use, Sign failures caused by the
should be stored f�at. Finished signs and applied substrate or improper sucface preparation
blanks should be stored on edge. are not the responsibility of 3M. Applications
to unprimed, excessively rough or non-weather
Screen processed signs must be protected with resistant surfaces or exposure to severe or unusual
SCW 56& sligsheet paper. Place the glossy side of conditions ean shorten the performance of such
the slipsheet against the sign face and pad the face applicatians. Signs in mountainaus areas that
with closed cell packaging foam. Double faced are covered by snow for prolonged periods may
signs must have the glossy side af the slipsheet atso have reduced durability. 3M process colors
against each face of the sign. and ElectroCutTM Film, when used according to
Unmounted screened faces must be stored flat and 3M recommendations, are generally expectec!
interIeaved with SCW 568 slipsheet, glossy side to provide performance camparable to colored
against the sign face. reflective sheeting. Custom calors, certain lighker
Avoid banding, erating, or stacking signs. Paekage colors, heavily taned colors or blends containmg
for shipment in accardance with commercially Yellow or gold may have reduced durability.
accegted standards to prevent movement and Atmosphenc conditions in certain geographie
chafing. Stare sign packages indoors on edges. areas may result in reduced durability.
Panels ar fit�ished signs must remain dry during P�riodic sagp inspection and regular sign
shipment and storage. If packaged signs become replacement are strongly recammended in order
wet, unpack immediately and allow signs ta dry. for sign owners to establish their own effective
service life expectation, beyond the warranty
Refer to Info� Folder 1.11 for instructions period.
on packing for storage and shipment.
t��st�ll�iion 3`►I E�asic .�'rodnct'4ti��r1�;�nty .iritl
NyIon washers are required when twist style �sr��iited �2t'.t11Cd.�'
fasteners are used to mount the sign. 3MTM Diamond GradeT"' DG' Reflective Sheeting
Series 4aQ� ("Product") is warranted to be free
af defects in materials and mannfacture at the
C'Et 4lza�t�`=� time of shipment and to meet the specifications
Signs that require cleaning shonld be flushed stated in this Praduct Bulletin. If DG' Sheeting is
with water, then washed with a detergent soiution proven not to have met the Basic Warranty on its
and soft bristle brush or sponge. Avoid pressure shipment date, then a buyer's exclusive remedy,
that may damage the sign Face. FIush with water and 3M's sole obligation, at 3M's option, wall he
following washing. Do nat use solvents to clean refund or reptacement of the sheeting.
signs. Refer to 3M Information Folder 1.10.
S
C��enc� `l'c� Adclitiar�.�i!'�ftrrant� c4 l.ia�iitecl }tcmeci�=
1_ 3M makes the Additionat Warranty (as defined fnr O�•dilt�►['3� eol[►rt�d !'�'oc)t�et
below) as to any traffZC control and guidance �, The Additional Warranty for a Sign made with
sign in the Un States and CanaMa ( 3Sign") grdinary cotored Product is that the Sign wili:
made with 3M Diamond Grade DG (a) remain effective for its intended use when
Reflective Sheeting Series 4000 {"Product") and viewed from a moving vehicle u�der normai
the Matched Component materials listed in Table day and night driving conditions by a driver
E. Any Additionat Warranty is contingent on all �vith normal vision, and (b) after cieaning, will
components involved in that Additional Warranty meet the minimum values for eoef6eient of
being stored, applied, installed, and used only as retroreflection stated in Table C for Table C's
3M recammends in its Product Bulletins and Other applicable VtTarranty Period measured from tha
Product Inforntation. Sign's Fabrication Date.
2, The Basic Warranty and any applicable Table C— Minimum Percent Retained of Table
Additional Warranty are collectively referred to as g Initial R for applicable Warranty Period for
the "3M Wanant " EXCEPT TO THE EXTENT
PROHIBITED BY APPLICABLE LAW, THE 3M Ordinary �olors (white, yellow, red, green, biue
WARRANTY IS MADE IN LIEU OP ALL OTI-tER
and brown)
WARRAN"I'IES, RIGHTS OR CONDITIONS,
EXPRESS OR IMPLiED, INCLUDING, BUT Minimum Percentage
NOT LIMITED TO, ANY IMPLIED WARRANTY �'arranty Period R Retained
OF MERCHANTABILITY, FITNESS FOR A
PARTICiJLAR PURPOSE AND THOSE ARISING 1-7 Years 80%
FROM A COURSE OF DEALING, CUSTOM OR 8-12 Years 70%
USAGE OP TRADE. A BiJYER IS RESPONSIBLE
FOR DETERMINING TF A PR4DUCI' IS 2. Ff any Sign made with Ordinary Qroduct is
SUITABLE FOR TTS PARTICULAR PURPOSE �ro�ren not to have met the Addikianal Warranty,
AND APPLICATIQN METHODS. then a buyer's exclusive remedy, and 3lvi's sole
3. A Sign's failure to meet the 3M Warranty must obligaEion, at 3M's option:
be solely the resu(t of the Product or tlte rt�atched {a) if this occurs within seven years after the
camponent materials' design or manufacturing Fabrication Date, then 3M will, at its expense,
defects. 3M has no abligation under the 3M reskore the Sign's surface to its original
Wanranty if a sign failure is caused by: effectiveness; or
irnproper fabrication, handling, maintenance or (b) if this oecurs during the remainder of
instailation; non-vertical applications where the the Additiona► Warranty Period, then 3M
Sign face is more than +I- 10% from verticat; use will furnish only the necessary 3M sheeting
of any material or product not made by 3M or not Product and matched component materials
included zn Table E; use of application equipment quantity to restore the Sign's surface to its
not recommended by 3M; faiiure of sign original effectiveness.
substrate; loss of adhesion due to incompatible
or improperly prepared substrate; exposure to
chemicals, abrasion and other mechanical damage; r1t�tlitit�n�l 1'�it�'rslnt�if c4 Li�nitCd Re�ri�t��
snow burial or any other sign burial; collisions, �p�- i�lU�rc�sci'Itt: Pr+)tiUCt
vandalisrrt or malicious mischief.
1. The Additional Warranty for a Sign made
4. 3M reserves the right to deternvne the method of with Fluorescent Froduct is that the Sign wi1l:
replacement, and any replacement Product will have (�) remain effecHve for its intended use when
the remainder of the original Product's unexpired 3M viewed frorn a moving vehicle under normal
Warranty. Claims made under this warranty will he day and night driving conditians by a driver
honored only if with normal vision; (b) after cleaning, will retain
=Che Sign was dated upon completion of fabricarion 70% of the minimurn values for caefficient
("Fabrication Date"} using a permanent method (sdcker, of retroreftection stated in Table B for the
permanent marker or crayon, metal stamp, ete.� applicable Warranty Period stated in Table D,
—3M is norifi� of a 3M Warranty claim d�fring any �easured from Fabrication Date; and (c} after
applicable Warranty Period and the owner or fabricator cleaning, che fluorescent Product will maintain
provides the inf'omu�tion reasonably required by 3M to daytime luminance equal to or greater than the
verify ifa 3M Warranry is applicable. minimums specified in Table A.
6
Table D-- Warranty Periad for Table E. Matched Companent Materials.
Fluorescent Colors Matched Components
Color Warranty Period Process Colors Series 8$OI
Process Colors Series 880N
Fluorescent Yellow tU/7 Yearss Thermal Transfer
�luorescent Yellow Green 10/7 Yearss Ribbons — Spot Traffic Series TTR2300
Fluarescent Orange 3 Years Calors onl *
ElectroCutT�' Film S �
remium Protective Series 1160
S Dne to climatic conditions, Signs in Alabama, Overtay Film
Arizona, Flarida, Georgia, Hawaii, Louisiana, Sli sheet 5CW 56$
Mississippi, New Mexico, South Carolina and Pres acin Ta e SCPS-2
Texas have the 7-year Additional Warranty Period. premaskin Ta e SCPM-3
2. lf a Sign made with Fluorescent Praduct is Transfer Ta e TPM-5
proven not to have met the Additionat Warranty, * Must be covered with 3MTM EleciroC�tT"I Pilm 1170
then a buyer's exclusive remedy, and 3M's sole
obligation, at 3M's option: Refer to 3M Information Folders and Product
{a) for those Ftuorescent Pcoducts with a Bulletins for detailed information about
10-year Additianal Warranty Period, 3M will, recommended application procedures and equipment.
at its expense: (a) restore the Sign's surface ta
its original effectiveness if this occurs within pther E'rocliict lnf'oriaz�tio��
seven years after the Fabrication Date; or (b)
furnish only the necessary 3M Fluorescent Alw�►ys confie•m that you have the most current
Product and matched eomponent materials version of the appticable Product Bulletin,
quantity to restore ihe Sign's surface to its Information �'alder or Othcr Product InformaHon.
original effectiveness iFthis occurs during the
remainder of the Warranty Period. IF 1.4 Instructions for Interstate Squeeze
{b) for those Fluorescent Products with a Rotl Applicator
7-year Additional Warranty Period, 3M will, �F 1.5 Hand Application Instructions
at its expense: (a) restore the Sign's surface to
its original effectiveness if this occvrs within IF 1.6 Hand Squeeze Roll Applicator
five years after the Fabrication Date; or (b) I� 1.7 Sign Base Surface Preparation
furnish only the necessary 3M Fluorescent
Product and matched component materials IF 1.8 Process Calor Application
quantity to restore the Sign's surface to its Ynstruc[ions
original effectiveness if this occurs during the
remainder af the Warranty Period. IF 1.10 Cutting, Premasking, and Frespacing
{c) fvr those Fluorescent Products with a IF 1.11 Sign Mairitenance Management
3-year Additional Warranty Period, 3M will p� ggOl Pracess Color $80I
furnish only the necessary Fluarescenk Product
and matched eomponent materials quantity pB $gprT Process Color 880N
to restore the Sign's surface to its original .�
effectiveness. PB 1174 ElectroCut Film
PB TTR23D0 Thermal Transfer Ribbons
Series TTR2300
PB 1160 Protective Overlay Film 1 i6Q
7
Limitatian ��t' L,iat�iiih�
3M WILT. NOT tJNDER ANY CIRCUMSTANCES BE
LIABLE TO A BUYER FOR DIRECT (other than the
applicable Limited Remedy stated above), SPECIAL,
INCIDENTAL,INDIRECT OR CONSEQLtENTiAL
DAMAGES (INCLUD[NG, WITHQUT L1MiTAT10N,
LOSS OF PROF[TS} IN ANY WAY RELATED TO
A PRODUCT OR THIS PRpDUCT BULLETIN,
REGARDLESS OF THE LEGAL OR EQUITABL�
THEQRY ON WHICH SUCH DAMAGES ARE 50UGHT.
AS7M Test Methods are availabte from ASTM [ntcmationa(, West Conshohokei�, PA.
3M assumes no responsibility for any �Xuy, Coss ur dam�e arisk�g out af the use of a proc�ct ii�t is not of our manutacture. Where refererxe Is
made n literature � a ca►nmercialry available product, made by andher marx�Tacturer, it sfia[E be the us�'s resp�s�iliry ta ascertain the
��:autionary measures fior its usc outAr�d by the mam�factrxer.
Important Natice
AfI sfatements, fectx�ica! in(amatia� and rec�rnmendatt�ns conta�ed he�e� are based on tesls we beheve to be rdiable, twt the accur�y �
com{�et�ess thereof is not �azanteed, a�d t� follaw�g Is made in lieu of all warranties, � canditlnns express � Ir�lied. Sellers �i
m�ufact�xer's ar�y obligation sha� be to reptace such quanUty ot the p�ot�ct �oved ta be defective. t�ither sen� n� manufaclure� shaN be
liable Eor any inj�xy, lass ar damage, direct, speclal � consequential, �ising ait of if�e use of or the inabiNiy to �se tltie �oduc� 8eftxe u�ng,
�ser shall determtne 1he sultabilii}r of the �aduct for hisfier intended use, and user assumes al1 risk and IEabdity whatsoe+nx in cainection
therewitl�. Statements or recommentlatbns not ccxtfained hereh shall have no force ar etEect unless in an agreemeM �gn� by officers of seller
and manuiacturer,
3M and Oiamond Grade are trademarks of 3M. Used under license in Canada-
a�
TraHic Saicty Systerns Di�tsion 3M Canada Campanp 3M M�xico, S.A. de C.V.
3M Center, Building 0235-03-A-09 P.O. Box 5757 Av. Sarila Fe Na. 55 Please recycle.
SL Paul, hSN 55144-1�0 Laodon, Ontario P16A 4T1 Cd. Santa Fe, DeI. Alvaro Obregdn � 3M 2011. AN ti�ts reserved.
i-800-553-1380 1-800-3MHELPS M�xico, D.F. U1210 Bolger i201Dtt74
mvw.3M.com/tss Electraik Or�+j
Jasmin Sundar
From: Cheryl Harris (CherylB@vulcaninc.com]
Sent: Monday, February 02, 2015 3:4� PM
To: Jasmin Sundac
SubjeCt; RE: Sign Bid #300495/JS
Attachments: RFQ#300495JS.pdf; 201a Affirmative Action Policy Revision.pdf; 4400 DG3 JAN 2012.pdf;
�C FILM 1170 PROD BULLETIN.pdf; Aluminum Spec 5heet.docx; VS WARRANT'Y.pdf
Bid and descriptive literature attached. Please let me know if you'll need anything else.
,`"i �ictrcPz 2�au
t�� 3fax�cifl
?1uEca� Sic�rts
8UU-633-G845
From: Jasmin Sundar [mailto:JSundar@pbcgov.org]
Sent: Monday, February 02, 2015 2:22 PM
To: Cheryl Harris
Subject: RE: 5ign Bid #300495/JS
Cheryl —
A fax came thraugh but i did nat see 29 pages attached. lt was just a blank fax_
Please resend as soon as you can_
Thank you,
Jasmin Sundar
Buyer
Palm Beach County Purchasing
Email: jsundar@pbc�av.or�
Phane: 561-616-6823
Fax: 5fi1-242-5723
From: Cheryl Harris [mailto:CherylBCn�vulcaninc.com]
Sent: Monday, February OZ, Z015 2:34 PM
To: ]asmin Sundar
Subject: Sign Bid #300495/JS
Hi Jasmin — Please let me know if you received our bid. 1 just faxed it over. (29 pages).
Chery°1 B. Harris - Customer S`e�•}�ice Representrrtive
Q VL[�Cri�1 $E n,5
�
�
OF�ce � II00.633.6f345
Fax ( ZS1.972.1Sh1
VLilca�t, ltic. Website
Read nur Blog: The Blacksmith's Hammer
Find us an Facebook
Check us oitt on YouTube
Cannect with us on Linkedln
Take a Virtual Tour af Vulcan, Inc.
Under Florida 1aw, e-mail addresses are public records. If you do not want your e-mail address released in response to a
public records request, do not send electranic mail to this entity. Instead, �ontact this ofFice by phone or in writ+ng.
2
Cx .�
����
,�� �2
� �
. �. .
�LORI�
Purchasing nepartment �oRt� (,
Februa 26,2015
SO South MiliGary Trail, Suite I10 �
West Palm Beach, FL 334L5-3199
(561) 616-6800 Vulcan inc
FAX: {5S1) 616-6811 d/b/a VULCAN SIGNS, Vulcan Aluminum,
www.pbcgovcornlpurchasing vulcan Metal Stamp9ngs, \/U1CAn
P.O. Box 1850, 408 East Berry Avenue
Foley, AL 36536-785Q
TERM CONTRACT �t3OO4�S
� Dear Vendor:
• This is to inform you th�t Paim Beach County Board of Cpunty Cornmtssioners is
Pslinn Se�ch County entering Into a Term Contract with your company for Sians. Traffic Control.
soara ae eouncy Purchase and Detiverv of, 7arm Contract based on:
Comrnissioners
r Sneuey vana, tvcayor � SOLICITATION #3404S51JS
Mary Lau Berger. VicB Mayor The term of this contraet (s 04/15/2015 thraugh 04114l2016, and has an estimated
. dollar value of $'f4.600. inclusive of all vendors awarded.
Hal R- Valeche .
If applicable, Vendor ahall maintain all insurance coverage(s) throughout the entlre
Paule[te Burdick term of the contract, including any renewals o� extensions thereof.
Steven I.. A6rams
The obligations of Palm Beach County under Ehis contract are subject to the
Metissa McKinlay availability of funds fawfully appropriated for (ts purpose by the State of Florida and
the Board of County Commissianers.
Priscilla A. 'l�ylor
Palm Beach County Departments wiil issue individual hard copy orclers against this
contract a� your sutharizatlon to deliver. All inva�es must reference a unique
document number (e.g., CPO ! DO 680 XY03030500�00001111 or CPO t DO 680
XYd30305*1111). Failure to provide an order number with each invoice will result in
County Adm�nistrator a delay in proc�sing payment.
Robert 4Veisman
tf you hava any questions, please contact Jasmin Sundar. Buver at
sundar�pk�cgov.org or �5611616-6823.
S' cere �
` �
ri . a
Seni r Buye �
c: Paul Purdin, Trafffc
File
An Fquat dppartuaiy
Affirrnqrive Acrion Em�toyer'
� printed on recycfed papar
� x . �.
�,AC.�( December 22, 20'15 �orm H
�'� �
a � VULCANINC
.•� . D8A VULCAN SIGNS, Vulcan Aluminum, Vulcan Metal Stampings, Vulcan
Matthew Maurin
�lpR��` P.O. Box 1850
Foley, AL 3fi536
� 7ERM CONTRACT # 3OOQ�9�
Purchasing bepartment ; Dear Vendor:
€
50 S. Military Treil. Suite 110 �� accordance with Solicitation #3004951JS, Palm Beach County Board of County
Commissloners requires vendor compliance and / or commitment due to the
west Paim 3199, FL 33a15 County anticipated participation in one of the fotlowing:
{5s�) s�s-saao [X] PER TERM AND CONDITION # 9,"RENEWAL OPTION°° SHALL BE FOR THE
' ERI D OF 04l15/2016 THROUGH 04/14/2Q17 FOR SiGNS, TRAFFIC CONTROL
FAX: (561) 616-6811 PURCHASE AND DELIVERY OF TERM CONTRACT. The optton for renewa� w��1 on�y
be exereised upon wrltten agreemert; and with ali ariginat terms, condiUons, speci�cations and
www.pbcgov.corrt/purchasing prices adhered to with no dev(ations uniess speNSed otherwise by the renewal option term and
condition. For so/e source renewais, the vendor shafl notify Pu�chasing Immedfately if
the sole source status changes. This renewal shall be revoked ii a vendor is suspended by the
� Purchasing pepartment prtor to the commencement of the renewal period,
If applicable, Vendar shall maintain ali inaurance coverage(s) throughout the entire term of the contract,
Palm Beach County including any renewats or extensions ihereof.
Baard af Counry Pursuant to Ordinance No. 2009-049, as amended, Palm Beaeh Gounty's Qfftce of Inapector General Is
Commissioners authorized to review past, present and proposed County contracts, transactions, accounts, and
records. The inspector GeneraPS authority includes, but is not limited to, tha power to audiy
Shelley Vana, Mayor investigate, monitor, and inspett the aCtivfties of entittes cantrocting with the Gounry, ar anyone acting
on iheir behalf, In order to ensure compliance with contract requirements and to dstact corruption and
Mary Lou Berger, Vice Mayor #raud.
Hai R, vaieche Please return completed document via FAX (561) 242-6723 or E-Mail -
Pauiette Burdlck asinclairCa�nbcqov_ na later than December 30 2015. This is NOT an order. You
wifl be ootified in written form of any individual arder created from the above. if
Steven L. Abrams you have any questions, please contact Anika 5inclair 8u er at (561} 616-6823.
Melissa McKINay
Pr�g��ua n. Ta PLEASE CHECK ONE OF THE FOLLOWING:
�Q TNE UIVDERSIGNED AG12EE5 TO THE ABOVE.
[] THE UNDERSIGNED DOES NOT AGREE FUR THE FOLLOWING REASON{S):
County Adrnlnlstrator 3
Verdenia C_ Baker
FIRM NAME: Vulcan Signs
".�In Eqnal Oppor•tirnrt}� ..�—
Affrrnratrve Rctroa Employer AUTH�RIZED INDIVIDUAL: D . B@Vlc'3G
/TYPEI
AUTHORIZED SIGNATURE:
TITLE: Sales Manaqer E: 12/30/15
I,
�X . �
���C$ C
y `� ��
a �
o .
�oR���►
Purchastn� Oepartment
Form L
Sd Sovth Military'I�att, Suice L10 January 21, 2016
Wesc pa]m Scach, FL 33415-3199
{55I)b15-6800
FAX: (561} Gf6-b81I VULCAN INC
DBA VULCAN SIGNS, Vulcan Aluminum, Vulcan Metal Stampings, Vulcan
www.pbcgov.comlpurchasing Matthew Maurin
P.O, Box 1850
Foley, AL 36536
l� TERM CQNTRACT # 3OO49SA
bear Vendor:
Pa7m Beach CounYy This is to inform yau that Palm Beach County Board of Cpunty Commiseioaers is
8oard nf County entering into a'�erm Contract with you� company for SIGNS TRAFFIC CONTROL
Commissioners PURCHASE 8� QEUVEF2Y OF based om
Mary Lou Ber�er, Mayor
[X] RENEWAL QF CONTRAC7 based on SOL,ICITATIaN #3Q0495/JS in
Hal ft. va�ech�, vrc� nnay�r accordance with ell original terms, conditiores, specificatlons and prices with
Paulette Burdick no deviation.
Sheliey vana
The term af this contract is 04l15I2016 through Q4114/2017, and has an estlmated
'steven nhrams doflar value of 515.508, (nc[usive of alt vendors awarded.
�ieiissa �ic�r�lay
1f app{icable, Vendor shall maintain a!1 i�surance caverage(sj throughout the entire
�-��v:i� �. - �ay�v� term a# the contract, including any renewals or extensions thereof.
The obligations of Patm Beach Co�nty under thts contract are subject to the
availability of tunds lawfully appraprlated for it� purpose by the State of Florida and
the Soard of Caunty Commisslaners.
Cauaty Administrator
Palm Beach CouMy Departments wAt issue individual hard copy orders against this
verdcn�ac, s�t,er contract as you� authotization to deliver. Ali invoices must reference a unique
document number �e.g., CPO ! DO 680 XY03D305000000d01111 or CPO I DO 680
XY030305'1111). Falture to provlde a document number with each involce will �esult
in a delay ln processing payment.
if you have any qusstions, piease contact Anika _ Sinclair, ._ 6uver at
asinclair�abcaov.ors� or �,5611616-6823.
Sl cerel � ��
�� Krlst Monne
;� ��r o��nrry Senior Buyer
!�(/1'rmQ!i�eAetton E�tuyer"
c: Ghuck Michael, Alrport
Paui Purdln, Traffic Division
Vernetha Green, Water Utiltties
� prr�rge�„�v��e. Fi1e