Solicitation Amendment s1

Total Page:16

File Type:pdf, Size:1020Kb

Solicitation Amendment s1

1

Solicitation Amendment

IFB Reference #: 06710 Title: Signs, Portable Roll Up, Roadway, and Stands Amendment number: 1 Date issued: 7/19/2011

Previously scheduled opening date and time New opening date and time Date & Time Date & Time

7/25/2011 2:00 P.M. 7/27/2011 2:00 P.M.

July 19, 2011 Signed (Procurement Coordinator ) Date signed

IMPORTANT NOTE: Amendment must be signed and submitted with bid (or faxed to (360) 586-2426 att’n. Dan before bid opening date/time). All other Terms, Conditions, and Specifications remain unchanged.

The above referenced solicitation is amended as follows:

09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 2

Purpose The following revisions and clarification are the result of questions and discussion at the pre bid meeting on July 15, 2011. :  Appendix “E, Bid Price Worksheets” and Appendix “F, Specifications” of the original bid document is replaced with the following Appendix “E” and “F”.

 Bid due date is changed from July 25, 2011 to July 27, 2011 at 2:00 P.M.

______

APPENDIX E

BID PRICE WORKSHEETS

Bidder’s Company Name: ______

To be Responsive Bidders must provide pricing for all line items. Bidders must be able to supply, and submit bid prices for all items shown in Appendix E.

The intent of this bid is to establish contract coverage for Portable Roadway Signs and Stands and related components. The items identified in this Appendix are the primary items purchased. If bidding other than the standard of quality shown, provide with bid response a copy of the manufacturer literature with specifications, and manufacturer published price list with appropriate items highlighted. These documents are to be submitted with your bid and labeled Submittal A. All items bid are to be in compliance with Specifications as shown in Appendix F.

Std. of Quality: Dicke sign and stand product information can be found at http://dicketool.com/DTC_Pdf_Files/Catalog_West/DickeCatalog_west.htm .

Req. Comm. Description Est. Unit Unit Extended Item Code Term Price Price Qty

09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 3

1. 48” Reflective fluorescent orange roll up sign – 1,400* EA $ $ High intensity Reflexite SuperBright material, with cross brace and flags, per specifications. Std. of quality: SB48BXF Dicke or equal For Product Bid State: Mfr: ______Brand/Model: 2. 48” Reflective fluorescent orange roll up sign – 800* EA $ $ 3M Diamond Grade material, with cross brace and flags, per specifications. Std. of quality: DG48BXF Dicke or equal For Product Bid State: Mfr: ______Brand/Model: 3. 48” Reflective fluorescent orange roll up sign – 300* EA $ $ Long Life Reflexite Marathon material, with cross brace and flags, per specifications. Std. of quality: MR48BXF Dicke or equal For Product Bid State: Mfr: ______For Product Bid State: Mfr.: Brand/Model: 4. 36” Reflective fluorescent orange roll up sign – 300* EA $ $ High intensity Reflexite SuperBright material, with cross brace and flags, per specifications. Std. of quality: SB36BXF Dicke or equal For Product Bid State: Mfr: ______

For Product Bid State: Mfr.: Brand/Model:

09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 4

5. 36” Reflective fluorescent orange roll up sign – 20* EA $ $ 3M Diamond Grade material, with cross brace and flags, per specifications. Std. of quality: DG36BXF Dicke or equal For Product Bid State: Mfr: ______

For Product Bid State: Mfr.: Brand/Model: 6. 36” Reflective fluorescent orange roll up sign – 100* EA $ $ Long Life Reflexite Marathon material, with cross brace and flags, per specifications. Std. of quality: MR36BXF Dicke or equal For Product Bid State: Mfr: ______

For Product Bid State: Mfr.: Brand/Model:

OVERLAY LEGENDS required for 36” and 48” signs: CENTER, LEFT, RIGHT, 500 FT, 1000 FT, 1500 FT, ½ MILE, 1 MILE, DIRECTIONAL ARROW, 2/3, BLANK (also see specifications)

09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 5

7. Standard overlay for each fluorescent orange 36” 70* EA $ $ sign of Reflexite SuperBright (includes cost to apply mounting material attached to roll up sign, when purchased together) Std. of quality: SBOL36 Dicke or equal For Product Bid State: Mfr: ______For Product Bid State: Mfr.: Brand/Model: 8. Standard overlay for each fluorescent orange 48” 100* EA $ $ sign of Reflexite SuperBright material (includes cost to apply mounting material attached to roll up sign, when purchased together) Std. of quality: SBOL48 Dicke or equal For Product Bid State: Mfr: ______For Product Bid State: Mfr.: Brand/Model: 9. Standard overlay for each fluorescent orange 36” 20* EA $ $ sign of 3M Diamond Grade material (includes cost to apply mounting material attached to roll up sign, when purchased together) Std. of quality: DGOL36 Dicke or equal For Product Bid State: Mfr: ______For Product Bid State: Mfr.: Brand/Model:

09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 6

10. Standard overlay for each fluorescent orange 48” 50* sign of 3M Diamond Grade material (includes cost to apply mounting material attached to roll up sign, when purchased together) Std. of quality: DGOL48 Dicke or equal For Product Bid State: Mfr: ______For Product Bid State: Mfr.: Brand/Model: 11. Standard overlay for each fluorescent orange 36” 20* EA $ $ sign of Reflexite Marathon material (includes cost to apply mounting material attached to roll up sign, when purchased together) Std. of quality: MROL36 Dicke or equal For Product Bid State: Mfr: ______For Product Bid State: Mfr.: Brand/Model: 12. Standard overlay for each fluorescent orange 48” 40* sign of Reflexite Marathon material (includes cost to apply mounting material attached to roll up sign, when purchased together) Std. of quality: MROL48 Dicke or equal For Product Bid State: Mfr.: Brand/Model: 13. Sign stand, compact, wind deflecting, post and 500* EA $ $ tube attachment. Per specifications Dicke DF3000P or equal. For Product Bid State: Mfr: ______Brand/Model:

09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 7

14. Sign stand, compact, wind deflecting, screw lock 300* EA $ $ attachment. Per specifications Dicke DF3000W or equal. For Product Bid State: Mfr: ______Mfg.: Brand/Model: 15. Sign stand, compact, wind deflecting, multi- 200* EA $ $ directional vertical spring system, post and tube attachment. Per specifications. Dicke UF2000P or equal For Product Bid State: Mfr: ______Brand/Model: 16. Sign stand, compact, wind deflecting, multi- 90* EA $ $ directional vertical spring system, screw lock attachment. Per specifications. Dicke UF2000W or equal For Product Bid State: Mfr: ______Brand/Model: 17. Adaptor, to mount screw lock type sign to 1”post 1500* EA $ $ and tube stand Dicke MS13 or equal For Product Bid State: Mfr: ______Brand/Model: Evaluated Total $

(*) Indicates estimated usage for evaluation purposes only, actual usage is not available

Indicate here any applicable minimum order requirements:

Indicate any applicable set up fee for non standard sign legends: $ 09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 8

ADDITIONAL/REPLACEMENT PARTS The successful contractor will be required to provide replacement components when needed. Bidder(s) shall provide a copy of the most current list/catalog with pricing for replacement parts and additional accessories for items listed in Appendix E. Accessories to include items such as median barrier clamps, truck mount clamps, truck mount sign brackets and roll up flagging paddles. Should the products/pricing be favorable to the state, the list/catalog may become a part of the contract. These documents are to be submitted with your bid and labeled Submittal B.

DISCOUNT OFF LIST/CATALOG PRICING: % Pricing offered will not be used in evaluation and may be subject to negotiation with apparent lowest responsive, responsible bidder.

Please indicate if this list/catalog is available online YES ______NO ______. The most current list/catalog must be made available to any contract customer upon request at no cost.

Bidder shall also provide a price structure for the cleaning or repair and refurbishing (other than what is covered under warranty) of any sign similar to those provided on this contract. Contractor will notify customer if signs are not repairable or suitable for service.

Pricing for roll up sign repairs and services does not include freight - customer is responsible for two way freight costs.

REPAIRS AND SERVICES PRICE

Repair/Replace all corner attachment(s) (labor only, parts additional) $ Repair/Replace Velcro roll up strap $ Replace flag system (labor only, parts additional) $ Sew tear or cut in sign $ Add Velcro for overlays (customer’s own sign) $ Sign face cleaning only (no repairs) $

09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 9

MINIMUM ORDERS Minimum order quantities may be stipulated by bidder in bid price worksheets, however, if deemed excessive, bid may be rejected for being "nonresponsive" to the state's anticipated ordering schedule. If minimum orders are not stated in the bid response “no minimum orders” will be applied to all product bid.

Bidder Company Name: ______

APPENDIX F

SPECIFICATIONS

General This contract shall furnish the following Roll up Signs and Portable Sign Stands, including accessory items and repair services..

Specifications - Roll Up Signs

Roll up warning signs shall conform to the requirements of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD), Part VI and the following:

Description √ If As Describe Fully If Not As Specified Specified

See Standard Terms & Conditions III.26 Quality Standards

1. Reflective sheeting for roll up warning signs shall be orange and fluorescent orange. Orange sign sheeting shall conform to the requirements of ASTM D4956, type VI. Fluorescent Orange sign sheeting shall be Reflexite Fluorescent Orange Super Bright Roll Up Sign Sheeting. 3M Scotchlite Diamond Grade Fluorescent Roll Up Sign Sheeting RS24 Orange shall also be available.

2. Each sign shall include fiberglass cross braces. The vertical brace shall be permanently attached to the back of sign. The horizontal brace shall pivot in the center to allow for sign to be rolled for storage. When assembled the horizontal brace shall be attached to the sign by a mechanism other than sewn pockets and will not allow “blow-out” detachment of sign from 09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 10

cross brace. Dimension of all braces shall be 1 ¼” wide x ¼” thick. Ends of braces to be sanded and rounded as necessary.

3. All signs shall come with a minimum of two flags and a flag staffs attached to the vertical cross brace. Flags shall be 18 inch square and attached so flags can be deployed in place at left and right of sign top upon setup with no additional hardware. Position of flags when in the setup position to conform to MUTCD requirements. The flags and staffs shall roll up for storage in the sign without disassembling.

4. Signs shall be equipped with a Velcro strap sewn to the back of the sign face for storing in rolled up position.

5. Signs shall be tested and certified to meet the requirements of the National Cooperative Highway Research Program (NCHRP) Report 350, http://safety.fhwa.dot.gov/report350hardware/nchrp350.htm.

6. Signs must be of same manufacture as the stands noted in this IFB. This is part of NCHRP Report 350.

7. WSDOT must have ability to order signs and stands without a normally provided piece of mounting hardware or attachment at no additional cost.

8. Supplier shall provide a library of sign faces consistent with WSDOT Sign Fabrication Manual (M55-05) found at http://www.wsdot.wa.gov/Publications/manuals/fulltext/M55- 05/2006-08Complete.pdf and the MUTCD that represents those commonly use in industry. As WSDOT pays for development of additional sign faces, these shall be added to the library for use by all WSDOT locations at no additional cost. Library shall be updated and distributed on request by WSDOT locations.

9. All diamond signs for WSDOT use shall be 48” X 48”. Political subdivisions may elect to utilize 36” X 36” signs specified in contract.

10. Shipping: signs shall be packaged in an appropriate box (maximum of four per box) and clearly labeled with sign legend and purchase order number.

Specifications - Portable Sign Stands 09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 11

Description √ If As Describe Fully If Not As Specified Specified

See Standard Terms & Conditions III.26 Quality Standards

1. Stands shall conform to minimum Washington State Department of Transportation (WSDOT) and Manual on Uniform Traffic Control Devices (MUTCD) requirements, http://www.wsdot.wa.gov/biz/trafficoperations/mutcd.htm, (e.g. bottom of sign shall be at a minimum 12” above highest point on road in standard set-up). A field test may be required as determined by WSDOT. Stands shall also be tested and certified to meet the requirements of the National Cooperative Highway Research Program (NCHRP) Report 350, http://safety.fhwa.dot.gov/report350hardware/nchrp350.htm.

2. Sign stands shall consist of the following major components: a base assembly, legs and a vertical mast. Legs and mast must be corrosion resistant 6005-T5 (or equal grade) Aluminum Alloy with wall thickness of .100”. The base hub component may be steel. All corrosive steel parts shall be zinc plated or powder/epoxy coated. Portable sign stands shall be assembled using nut and bolt construction so that worn or damaged parts may be replaced using simple tools.

3. Sign stands shall be permanently assembled and user ready to include all applicable sign mounting brackets required for roll up signs. No loose adapters will be required to use existing stock of signs currently used by WSDOT.

4. Base assembly shall consist of wind relieving spring system and a flanged hub. The spring system shall be designed to accommodate vertical mast deflections caused by wind and vehicle caused turbulence. The hub shall accommodated attachment of the legs and shall be designed to provide a minimum of three locking positions for each leg: one position for storage and two shall be located to accommodate deployment of the stand on moderately uneven terrain.

5. Stands shall have four legs attached to the base assembly. Large stands shall have one piece rigid legs and compact sign stands shall have two piece, telescoping legs. Each telescoping leg shall positively lock into the retracted and extended positions by means of a spring loaded push button mechanism. The legs shall have a quick single release mechanism activated with a positive pressure to deploy and lockdown the stand. Should be similar in concept to a kick release mechanism. Each leg shall have an anti-skid devise, such as a heavy duty molded rubber 09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 12

foot, securely attached to the end with a rivet.

6. Vertical mast shall be securely fastened to the top of the base assembly. The mast for compact stands shall be fabricated as a single piece. The vertical mast for large stands may be constructed of telescoping sections. Each telescoping section shall positively lock into the extended positions by means of a spring loaded push button mechanism.

7. Product will not be required to support metal signs.

8. Portable sign standards shall be capable of supporting signs in vehicle-caused turbulence at the traffic speed rating indicated herein. Wind deflecting stands shall remain in place and shall functionally return to vertical after yielding to vehicle caused turbulence. A field test may be required as determined by DOT. 9. Sign stand, compact, wind deflecting, DF-3000-P Dicke Post/Tube type or equal. DF-3000-W Dicke Screw Lock type or equal -Weight: <18-22 lbs -Storage Size (folded up): 8” x 8” x 24” h -Set up Foot Print (legs extended): approx. 44” x 71” -Traffic Speed Rating: 60+ MPH w/36” sign, 50+ MPH w/ 48” sign 10. N/A - DELETED 11. Sign stand, compact wind deflecting, multi-directional vertical spring system, UF-2000-P Dicke Post/Tube type or equal. UF-2000-W Dicke Screw Lock type or equal -Weight: <18-22 lbs - Storage height: 30” - Open footprint: 54”X 92” -Traffic Speed Rating: 60+ MPH w/36” sign, 50+ MPH w/ 48” sign

SHIPPING: Contractor shall ship all Products purchased pursuant to this Contract, freight prepaid and included in contract pricing, FOB Purchaser’s destination. Also see section 5.3 Shipping and Risk of Loss (page 34) of model contract. The following were in attendance at the pre bid meeting: 09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011 13

Attendee Representing Dan Soper General Administration Mike Burke Dicke Tool Co.

Bidder to complete the following: Company: Authorized Representative:

Signature Date

09bbbd50d5a690a5a4425f40fac8e971.doc 07-19-2011

Recommended publications