Loading...
Agenda 07/09/2019 Item #16A14 (ITB #19-7544 Traffic Signs and Related Materials)07/09/2019 EXECUTIVE SUMMARY Recommendation to award four Agreements for Invitation to Bid (ITB) No. 19-7544, "Traffic Signs and Related Materials," to the following vendors: Allied Tube & Conduit Corporation, Asset Management Solutions USA, Inc., Annat, Inc., d/b/a Municipal Supply & Sign Co., and Osborn Associates, Inc. OBJECTIVE: To award ITB No. 19-7544 to multiple vendors to provide roadway signage materials for the Collier County roadway network. CONSIDERATIONS: Traffic Operations is responsible for maintaining all roadway signs on County roadways. The award of this ITB allows Traffic Operations to continue to maintain Collier County roadway safety through the continued maintenance of roadway signage. These are “material only” contracts and at no time will these vendors be working in the County’s right of way. The agreement provides that the vendors will hold contract prices firm for an initial fixed term of three (3) years. The contract may also be renewed for two (2) additional, one (1) year terms with the consent of the vendors. These contracts can be utilized for preparation and response to adverse weather events. On January 10, 2019, the Procurement Services Division released notices of ITB No. 19-7544 to 4,280 vendors for Traffic Signs and Related Material. Interested vendors downloaded seventy-eight (78) bid packages, and the County received eight (8) bids by the February 11, 2019 deadline. Based on the bids received, staff is recommending to award this ITB to Allied Tube & Conduit Corporation, Asset Management Solutions USA, Inc., Annat, Inc., d/b/a Municipal Supply & Sign Co., and Osborn Associates, Inc. Sign materials under sections 9 and 13 of the ITB are not recommended for award. Staff determined that Vulcan, Inc., and Lightle Enterprises of Ohio were non-responsive for failing to submit requested solicitation forms. As to sections 2, 3, and 11 of the ITB, the County applied its Local Vendor Preference (LVP) policy in favor of Annat, Inc. The LVP policy allows local vendors that are within 10 percent of the price submitted by the non-local bidder to have the option to match the non-local vendor’s price, less one dollar. See Code of Law and Ordinances of Collier County, Section 2- 200(2)(a), as amended. Awards have been established to a Primary and Secondary vendor on a lowest price per section basis as shown below and on the attached Bid Tabulation: Section 1: Sign Faces (Pressure Sensitive) • Primary: Osburn Signs, Inc. • Secondary: Annat Inc., d/b/a Municipal Supply & Sign Co. Section 2: Aluminum Prefabricated Signs Single Sided with or without holes,.080 Gauge • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: Osburn Signs, Inc. Section 3: Aluminum Prefabricated Signs Single Sided with or without holes,.125 Gauge • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: Osburn Signs, Inc. Section 4: Aluminum Prefabricated Signs Double Sided with or without holes, .080 Gauge • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: Osburn Signs, Inc. Section 5: Aluminum Prefabricated Signs Double Sided with or without holes, .125 Gauge • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: Osburn Signs, Inc. Section 6: Aluminum Blanks 16.A.14 Packet Pg. 500 07/09/2019 • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: Osburn Signs, Inc. Section 7: Galvanized Steel-Square Post • Primary: Allied Tube & Conduit Corporation • Secondary: Annat Inc., d/b/a Municipal Supply & Sign Co. Section 8: Brackets • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: None Section 9: Not Awarded Section 10: Sign Decals • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: None Section 11: Stop Signs Prefabricated on .080 gauge • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: Osburn Signs, Inc. Section 12: Delineator Impact Recovery • Primary: Annat Inc., d/b/a Municipal Supply & Sign Co. • Secondary: Asset Management Solutions USA, Inc. Section 13: Not Awarded Section 14: Additional Traffic Sign Products • Primary: Asset Management Solutions USA, Inc. • Secondary: None FISCAL IMPACT: Funds for these materials shall come from each using department budgets as needed with an estimated annual amount of $150,000. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: That the Board awards four Agreement for ITB No. 19-7544, "Traffic Signs and Related Materials," to the following vendors: Allied Tube & Conduit Corporation, Asset Management Solutions USA, Inc., Annat, Inc., d/b/a Municipal Supply & Sign Co., and Osborn Associates, Inc. and authorizes the Chairman to execute the attached agreements. Prepared by: Kyle Kemmish, Project Manager, Transportation Engineering Division ATTACHMENT(S) 1. 19-7544 Annat_Insurance_5-28-19 (PDF) 2. 19-7544 OsburnAssociates_Insurance_5-30-19 (PDF) 3. 19-7544 AssetManagement_Insurance_6-4-19 (PDF) 4. 19-7544 AlliedTube_Insurance_ 5-28-19 (PDF) 5. 19-7544 Allied Tube Proposal (PDF) 6. 19-7544 Anat Inc Proposal (PDF) 7. 19-7544 Asset Management Proposal (PDF) 16.A.14 Packet Pg. 501 07/09/2019 8. 19-7544 Bid Tabulation (PDF) 9. 19-7544 NORA (PDF) 10. 19-7544 Osburn Proposal (PDF) 11. 19-7544 Solicitation (PDF) 12. 19-7544 AlliedTube_Contract_VendorSigned_corrected (PDF) 13. 19-7544 AssetManagement_ Contract_VendorSigned_corrected (PDF) 14. 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (PDF) 15. 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (PDF) 16.A.14 Packet Pg. 502 07/09/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.14 Doc ID: 9222 Item Summary: Recommendation to award four Agreements for Invitation to Bid (ITB) No. 19- 7544, "Traffic Signs and Related Materials," to the following vendors: Allied Tube & Conduit Corporation, Asset Management Solutions USA, Inc., Annat, Inc., d/b/a Municipal Supply & Sign Co., and Osborn Associates, Inc. Meeting Date: 07/09/2019 Prepared by: Title: – Transportation Engineering Name: Kyle Kemmish 06/04/2019 3:54 PM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 06/04/2019 3:54 PM Approved By: Review: Growth Management Department Christine Arnold Level 1 Reviewer Completed 06/05/2019 9:54 AM Transportation Engineering Jay Ahmad Additional Reviewer Completed 06/05/2019 1:05 PM Transportation Engineering Daniel Hall Additional Reviewer Completed 06/06/2019 11:03 AM Procurement Services Sandra Herrera Level 1 Purchasing Gatekeeper Completed 06/06/2019 3:12 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/06/2019 3:12 PM Procurement Services Viviana Giarimoustas Additional Reviewer Completed 06/06/2019 3:18 PM Growth Management Department Anthony Khawaja Additional Reviewer Completed 06/07/2019 10:44 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 06/07/2019 12:46 PM Procurement Services Swainson Hall Additional Reviewer Completed 06/07/2019 2:49 PM Growth Management Department Gene Shue Additional Reviewer Completed 06/10/2019 9:55 AM Growth Management Operations Support Heather Meyer Additional Reviewer Completed 06/10/2019 10:30 AM Procurement Services Ted Coyman Additional Reviewer Completed 06/18/2019 6:07 PM Growth Management Department James C French Deputy Department Head Review Skipped 06/18/2019 6:31 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 06/24/2019 4:35 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/25/2019 11:03 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/26/2019 1:44 PM 16.A.14 Packet Pg. 503 07/09/2019 Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/26/2019 3:06 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 06/26/2019 3:18 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 06/26/2019 3:53 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/09/2019 9:00 AM 16.A.14 Packet Pg. 504 --vlJ-liGDr--|nLvaru ANNAINC-01 iNSURANEE ?816 ^EhfiFr rF4! lEr ! e r !! iTTEr FF sr^ Er^E?F E^! REh ?E!F.nlo vL^rrFrvArE lo reevlu Ai, A iiAi iEi\ \ir iiari.ii.i.i'riAiii-iN UitLi Aitii U\iiiiEi.ii, -ltii itiiiiii5 iii-iiN ifit: UlitiiiiiuAiL fiiJliit.i.i. ifii5 CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHEPOLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTTTUTE A CONTRACT BETWEEN THE |SSUING INSURER(S), AUTHORTZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, FlfErnmffiffie^.rtrr,6,uer,. r, 0312712019 !$[O$T{!T: lf the certificate holder is an ADDITIONAL INSURED, the policy{ies) must have ADDITIONAL INSURED provisions or be endorsed.lf SUBROGATION lS WAIVED, s!.rbject to the termsandconditionsofthepolicy,certain this certificate does not confer riqhts to the certificate holder in lieu of such endoisemeni(s pRoDUcER License # L077730 AssuredPartners of Florida, Naples 8950 Fontana Del Sol Wav Suite 300 Naples, FL 34109 may require an endorsement. A statement on d lncrranaa l:- Annat, lnc. dba Municipal Supply & Sign Company 1095 sth Avenue North Naples, FL 341 02 luttsuRER c ' Llovd's of London THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOWHAVEBEENISSUEDTOTHEINSUREDNAMEDABOVEFORTHEPOLICYPERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACTOROTHERDOCUMENTWITHRESPECTTOWHICHTHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREINISSUBJECTTOALLTHETERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 07 117 1201 8 | 07 t17 t201 I GEN'L AGGREGATE LIMIT APPLIES PER 'or,"" I I ygpl l=l .o" OWNED I I SCHEDULEDAUTOSONLY I IAUTOS HIRED IY]NON-OWNED AUTOS OT'LY LJ: ] AUTOS ONLY O7l17l2B18l 0711712019 | eoorry rrurunv DED X nrrelirron $ 07 117 l2g1 8 I 97 t17 t2019 0711712018 | 07/17/2019 iLimit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES {ACORD 101, Addirional Remarks Schedule, may be attached it mo.e spae is requied}tlamed lnsureds: lnc. dba Municipal Supply & Sign Co. Signs of Florida, LLC dba Signarama or any and aii work performeti on behaii bf Coiiier Cor:niy Coiiier County is inciucieci as Adciiiionai insureci ior Generai Liabiiity as requireti by wiiiten per form CG 7137 11 12. eollier eountlt Board sf Csunty Gommissioners 3295 Tamiami Trail E Naples, FL 34112 SHOULD ANY OF THE ABOVE OESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE wlLL BE OELIVERED IN.r^F6EhlNFE ltrru tuE hat t^v EDnttretnttc frfL /+r/ @ 1988-2015 ACORD CORPORATION. All rights reserved. Thn l\cAEF! nama and larn ra maiararcr 16,,r,- of AcoF-D ACORD 25 (2016/03) 16.A.14.a Packet Pg. 505 Attachment: 19-7544 Annat_Insurance_5-28-19 (9222 : ITB "Traffic Signs and Related Materials,") 5/29/2019 Wichert Insurance 400 N. Memorial Drive Lancaster OH 43130 Karen Garrison (740)654-0532 (614)837-0709 karen.garrison@wichert.com Osburn Associates, Inc. 11931 State Route 93 N P. O. Box 912 Logan OH 43138 Westfield Insurance Company 24112 CL1811737024 A X X X X X TRA7928653 11/16/2018 11/16/2019 1,000,000 100,000 1,000 1,000,000 1,000,000 1,000,000 Employee Benefits 1,000,000 A X TRA7928653 11/16/2018 11/16/2019 1,000,000 Uninsured motorist combined single limit 1,000,000 A X X X 0 TRA7928653 11/16/2018 11/16/2019 5,000,000 5,000,000 A Ohio Stop Gap Only TRA7928653 11/16/2018 11/16/2019 1,000,000 1,000,000 1,000,000 Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County OR Collier County Government are included as an Additional Insured for any and all work performed on behalf of Collier County and as required by written contract. This coverage is primary and non-contributory to the additional insureds if and to the extent required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 ana.reynoso@colliercountyfl.gov Karen Garrison/KGAR The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 16.A.14.b Packet Pg. 506 Attachment: 19-7544 OsburnAssociates_Insurance_5-30-19 (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.c Packet Pg. 507 Attachment: 19-7544 AssetManagement_Insurance_6-4-19 (9222 : ITB "Traffic Signs and Related Materials,") SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Naples , FL. 34112 Guard Insurance Group 04/18/2019 04/18/2020 Marc Rovner mrovner@rovnerco.com Assett Management Solutions USA, Inc. 2637 E Atlantic Boulevard 1,000,000 33161 3295 Tamiami Trail East 1,000,000 31470 Pompano Beach 33062 ASWC047537 FL 04/18/2019A 11098 Biscayne Blvd, #100 Miami 1,000,000 FL Collier County Board of County Commissioners Rovner Insurance Group Collier County Board of County Commissioners Project #19-7544 16.A.14.c Packet Pg. 508 Attachment: 19-7544 AssetManagement_Insurance_6-4-19 (9222 : ITB "Traffic Signs and Related Materials,") Holder Identifier : 7777777707070700077763616065553330763717446304446707662007550507120070571577277302230773435113741002107537732523126230072360005720137530736005557007657007726275732056552077727252025773110777777707000707007 6666666606060600062606466204446200622002404006200206222224262062022060222060400622220622200606206200006220026062242000062220042602600200600002406226020006222204242240222066646062240664440666666606000606006Certificate No :570075565755CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/27/2019 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Chicago IL Office 200 East Randolph Chicago IL 60601 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 19429The Insurance Co of the State of PAINSURER A: 19445National Union Fire Ins Co of PittsburghINSURER B: 23841New Hampshire Insurance CompanyINSURER C: 23817Illinois National Insurance CoINSURER D: 19380American Home Assurance Co.INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 Commerce & Industry Ins Co 19410 CONTACT NAME: Allied Tube & Conduit Corporation 16100 South Lathrop Ave Harvey IL 60426 USA COVERAGES CERTIFICATE NUMBER:570075565755 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $1,000,000 $10,000 $2,000,000 $2,000,000 $4,000,000 B 12/01/2018 12/01/2019 Y General Liability GL5425821 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000B12/01/2018 12/01/2019 AOS CA 9767386B 12/01/2018 12/01/2019 MA COMBINED SINGLE LIMIT (Ea accident) CA 9767385 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $1,000,000 $1,000,000 $25,000 12/01/2018 Umbrella Liability UMBRELLA LIABF 12/01/201928295029 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTE C 12/01/2018 12/01/2019 AOS WC046912762C 12/01/2018 12/01/2019 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN NJ,PA WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC046912765 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Insured: Atkore International Inc. and its subsidiaries, including Allied Tube and Conduit Corp., Unistrut International Corp., Atkore Steel Components, Inc., AFC Cable Systems Inc., Atkore Plastic Pipe Corp. and Calpipe Industries LLC. Workers Compensation policy WC046912765 (AOS) applies to AL, AR, CO, GA, IA, ID, IN, KS, LA, MD, MI, MN, MO, NE, NM, NV, NY, OK, OR, RI, SC, SD, TN, TX Bid # 19-7544 Traffic Signs and Related Materials, Collier County Board of County Commissioners, OR, Board of County CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECollier County Board of County Commissioners Attn: Opal Vann 3295 Tamiami Trail East Naples FL 34112 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 16.A.14.d Packet Pg. 509 Attachment: 19-7544 AlliedTube_Insurance_ 5-28-19 (9222 : ITB "Traffic Signs and Related Materials,") THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Central, Inc. 570000078422 570075565755 570075565755 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Allied Tube & Conduit Corporation TYPE OF INSURANCE POLICY NUMBER LIMITS WORKERS COMPENSATION A WC046912763 12/01/2018 12/01/2019 C WC046912764 12/01/2018 12/01/2019 C WC046912766 12/01/2018 12/01/2019 D WC046912767 12/01/2018 12/01/2019 E WC046912768 12/01/2018 12/01/2019 MA,OH,WA,WI AZ,VA IL,KY,NC,NH,UT,VT FL CA N/A N/A N/A N/A N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 16.A.14.d Packet Pg. 510 Attachment: 19-7544 AlliedTube_Insurance_ 5-28-19 (9222 : ITB "Traffic Signs and Related Materials,") Commissioners in Collier County, OR, Collier County Government, OR, Collier County are included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability evidenced herein is Primary and Non-Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. FORM TITLE:FORM NUMBER: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER Aon Risk Services Central, Inc. NAMED INSURED ADDITIONAL REMARKS SCHEDULE AGENCY LOC #: 570000078422AGENCY CUSTOMER ID: © 2008 ACORD CORPORATION. All rights reserved. See Certificate Number: See Certificate Number: The ACORD name and logo are registered marks of ACORD 570075565755 570075565755 ACORD 25 Certificate of Liability Insurance Additional Description of Operations / Locations / Vehicles: ACORD 101 (2008/01) Page _ of _ Allied Tube & Conduit Corporation 16.A.14.d Packet Pg. 511 Attachment: 19-7544 AlliedTube_Insurance_ 5-28-19 (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 512 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 513 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 514 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 515 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 516 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 517 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 518 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 519 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 520 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 521 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 522 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 523 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 524 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Foreign Profit Corporation ALLIED TUBE & CONDUIT CORPORATION Filing Information P01347 N/A 03/23/1984 DE ACTIVE EVENT CONVERTED TO NOTES 03/29/1985 NONE Principal Address 16100 S. Lathrop Ave Harvey, IL 60426 Changed: 04/03/2018 Mailing Address 16100 S. Lathrop Ave Harvey, IL 60426 Changed: 04/03/2018 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 05/27/1992 Address Changed: 05/27/1992 Officer/Director Detail Name & Address Title President Schulte, Michael 16100 S. Lathrop Ave Harvey, IL 60426 DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 3Detail by Entity Name 2/13/2019http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=Entity... 16.A.14.e Packet Pg. 525 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") Title Secretary Kelly, Daniel S 16100 S. Lathrop Ave Harvey, IL 60426 Title Treasurer Cohrs, Charles M 16100 S. Lathrop Ave Harvey, IL 60426 Title Director Williamson, John P 16100 S. Lathrop Ave Harvey, IL 60426 Title Director Mallak, James A 16100 S. Lathrop Ave Harvey, IL 60426 Annual Reports Report Year Filed Date 2016 04/25/2016 2017 04/14/2017 2018 04/03/2018 Document Images 04/03/2018 -- ANNUAL REPORT View image in PDF format 04/14/2017 -- ANNUAL REPORT View image in PDF format 04/25/2016 -- ANNUAL REPORT View image in PDF format 04/23/2015 -- ANNUAL REPORT View image in PDF format 04/16/2014 -- ANNUAL REPORT View image in PDF format 04/16/2013 -- ANNUAL REPORT View image in PDF format 04/27/2012 -- ANNUAL REPORT View image in PDF format 03/23/2011 -- ANNUAL REPORT View image in PDF format 04/07/2010 -- ANNUAL REPORT View image in PDF format 03/26/2009 -- ANNUAL REPORT View image in PDF format 04/15/2008 -- ANNUAL REPORT View image in PDF format 04/10/2007 -- ANNUAL REPORT View image in PDF format 04/26/2006 -- ANNUAL REPORT View image in PDF format 04/15/2005 -- ANNUAL REPORT View image in PDF format 04/14/2004 -- ANNUAL REPORT View image in PDF format 04/08/2003 -- ANNUAL REPORT View image in PDF format 08/26/2002 -- ANNUAL REPORT View image in PDF format 05/11/2001 -- ANNUAL REPORT View image in PDF format Page 2 of 3Detail by Entity Name 2/13/2019http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=Entity... 16.A.14.e Packet Pg. 526 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 02/27/2000 -- ANNUAL REPORT View image in PDF format 01/28/1999 -- ANNUAL REPORT View image in PDF format 03/16/1998 -- ANNUAL REPORT View image in PDF format 03/11/1997 -- ANNUAL REPORT View image in PDF format 01/30/1996 -- ANNUAL REPORT View image in PDF format 02/14/1995 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations Page 3 of 3Detail by Entity Name 2/13/2019http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=Entity... 16.A.14.e Packet Pg. 527 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 528 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 529 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 530 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 531 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 532 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 533 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 534 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 535 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 536 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 537 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 538 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 539 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 540 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.e Packet Pg. 541 Attachment: 19-7544 Allied Tube Proposal (9222 : ITB "Traffic Signs and Related Materials,") C.awmt3t.*e+**%*-"-*A*r**"'**-i-* Adminisiratir,e Services Departnrent Flaauter]l€r-.i Sarerces -Ji..,isrct: ,t//rt Form 1: Yendor's Non-Response Stateuent The sole intent of the Collier County Procurement Services l)ivision is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasols for prospective Vendors not wishing to respond to this solicitation. Ifyour firm is not responding to this solicitation, please indicate the reason(s) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Governmenl Procurement Services Division, 3295 Tamiami Trail East, BLDG C-2, Naples, FI- 34112. We are not responding to the solicitation far the fallowing rearcn(s): D Services requested not available through our compiuly. n Our firm could not meet specificationslscope of work. I Specifications/scope ofwork not clearly understood or applicable (too vague, rigid, etc.) n Project is too small. I Inzufficient time allowed for preparation of response. I Incorrect address used. Please correct mailing address: n Otherreason(s): Name ofFinn: Address: City, State, Zip: Telephone: Email: Representative Signature Representative Name:Date 16.A.14.f Packet Pg. 542 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") Lg d d d d c d , f&; C.*ffier Coramc3r Actr",rinistratire Services Deoarlrrre'r: i. .._,1,>,._ ::. - ,.:j r. F*rm 2: Yendor Check List IMPORTANT: TIIIS SHEET MUST BE SIGNED. Pleare read carefully, sigo in the spaces indicated and return with your Proposal. Vendor should check offeach ofthe following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid SchedulelQuote Scheduleletc.) has been completed and attached. A11 applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Busiaess, if aprlitable. Division of Corporations - Florida Departmert of Stale - !:fip_.11los-raljlqi1_d1-tonr.r-$rsb-ra {If work performed in the State) E-Verifrllmmigration Affrdavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name ofFirm: Address: City, State, Zip: Telephone; Email: Representative Signature Representative Name: ,Lr'rl ,// i/) ri?;t r' .C[,',flrf i *C'l'tt-,'t'€i /fi 95 4*ril A- tiz: n "l llrt ,4 .g?'-i v4 I /!e,Z:n',rd ,trzl Ct rA rf (C'c,'r,SJ I ox* JL 7f/? 16.A.14.f Packet Pg. 543 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") ",.144 coilier C;awnty .dr@.# t$od-"%!*e!c4&s4ia *qs,* Adnrinisti'aijve Seruices Depaftnent ?tt!#1iE!:1+i--i i*ra ais 1,,.is:r-ar) Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below. Biased ground rules - The firm has aot set the "ground rules" for affiliated past or currert Collier County project identified above (e.9., writing a procurement's statement of work, specifications, or performirg systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity - The firm has not performed wcrk on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls inio question the contractor's ability to render impartial advice to the government. Unequal access to information - The firm has nct had access to nonpublic informaticn as part of its performance of a Collier County project identified above which may have provided the contractor {or an affiliate) with an unfair competitive advantage in currelt or future solicitations and contracts, In addition to this signed affrdavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; ard, 2. lndicate if the information produced was obtained as a matter of publig_[Qsald (in the "zunshind') or through non-public (not in the "sunshine") conversation (s), meeting{s}, document(s} and/or other means. Failure to disclose all material or having ar organizational conflict in one cr more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm {employees, cfficers an#or agents) certifies, and hereby discloses. thal to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual. organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm:Cd Signature and Date. Print Name Title of Signatory Dnaast ns:,( i"/ 16.A.14.f Packet Pg. 544 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") * r'l, ,d*q1 C,altier Cowut"v *dsd,@'q{*,"-."&&e"%,**,** Adrninstratile Services Deparlment llr:;crtelreni S+i-r.irxs Dri.ision Form 4: Vendar Declaration Statement BOARD OF COLINTY COMMISSIONERS Collier County Government Complex Naples, Flarida34112 Dear Commissioners: The undersigned, as Yendor declares that this respoose is made without rcnnectior or arrangement with any other person and this proposal is in every respect fair and made in good faitl1 without collusion or Aaud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier Counfy, fcr the performance of all requirements to which the solicitation pertains. The Vendor states that the zubmitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded * contratt for these goods *ndlor senriceso the vendor will not be eligible to competer submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result ofthis awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20_ ia the County of in the State of ,r<A' ''lC IDA C. 3 G.$>'t{ rl 4 f( tt r ttx ,trt?< ,**il 4r/r"- il A"1 4DrFc .F( Z4/i.2. 6),;rt r I Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: t^f - l z.t/i-z-z 4^rfi Y e *ttn ^ 4J ct"-,4^,q/ //;.rc. )Zq- 1/?-//Zzg Signature by: (Typed and written) Title: 16.A.14.f Packet Pg. 545 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") Send payments to: (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Additional Contact Information tlf.t t rf ".df ,g tr 2 ^, rt d .q tt nt t'C) Company name used as payee / (:p / 4? 1 f .e/f (i,Al / Dfte:t"rt :: tl T / fi Qq lf f,L/ fr r-t *' ,t ,l NADr{s {t 4q/rtL , Efr / r:S @ t/O ,ti /ra r DIJ r . C t'l x,'--c et/, . {4 n n tf -C t€tn/K*p; Email: Office servicing Collier County to place orders (required if diflerent from above) Contact name: TitIC: Address: City, State, ZIP Telephone: Email: ln .,r.i ffn / r r:'tf /d f 5 rr.f.4 ,4 r/ € ni ia a - 4.J q- ,-i{ t .4An/A{ G) y'/tlr*{tf tDstt <lf,4.,:r,earz 16.A.14.f Packet Pg. 546 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") 4,1;"',*'-,P Col[rev Qauttrs- *#*il "**&*.s*,r!&.,rr\*---.*-q;q" Administralve Ser',4ces Department illsrir-li=li SErarr-os Ji:is ct: Form 5; Immigration Allidavit Certification This Affrdavit is required and should be sigrcd, notarized by an authorized principal of the firm and zubmitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence oftheir enrollment, at the time of the submission of the Yendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Faillre to include this Affidavit and acceptable eyideuce of enrollment in the E-Verifv prosram mav deem the Yendcr's nrolosal as non- responsive. Collier County will not intantionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a viclation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A{e} of the Immigration and Nationaliry Act ("INA'). Collier County may coasider the employment by any Vendor ofunauthorized aliens a violation of Section 274.{ (e) of the INA. Such Violation by the recipient of the Employment Provisiors coatained in Section ZTAA {e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memora:rdum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System @-Verifu), operated by the Department ofHomeland Security in partnership with the Social Security Administration at the time of submission of the Vendor"s proposal. Company Name Print Name Signature Title /2 teat/ A,,;7-t ro". -z f rlg Stateof Fr0Ard A County of (tot" (. /tl The signee of these Affrdavit guarantess, as evidenced by the sworn affidavit required hereirq the truth and accuracy of this affidavit to interrogatories hereinafter made. 16.A.14.f Packet Pg. 547 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") . di:. Col{ier Cownril *T:::.f ]:';:TlGes-De'Dar,E'r Fcrm 6: Vendor Substitute\il- 9 Request for Taxpay*r Identilication Number and Certification In accordance with the Interaal Revenue Service regulations, Collier Couaty is required to collect the following information for tax reporting purposes from individuals and companies who do business with the Counry {including social security numbersif used by the individual or company fcr tax reportiag purposes). FloridaStatutellg-071(5)requiresthatthecouoty notit/ you in writing of the reason for collecting this information, which wilt be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information {prcvide all informatian) 2. Company Stafus (check only one) 3. Taxpayer Identification Number ffor tax reporting pttrposes only) Federal Tax Identification Number (TIN) 51-1 72i j 2 3 Verdors who do not have a TIN. will be required to oravide a social securitv nunber D.ior to an award). 4. Sign and Date Forrn: Certifkation: Under TaxpayerNana A n //-1 (as shown on inccme tcx retarn) Business Name (if drflerentfrom taxpuyer name) Address /C ?.'f 4'/H t4 (. r-- a-'Citv #AAtar Order Information {Must be filled ont} Address /df f 5-f// //;v,: n -.\ Citv&Zfue_s state rel*_ zip 3_92_22- Remit I Payment Information {Must be filled out} Address ?a BA * /-(. { _ ciry /1A2IE-:* state LEL_* zip;3!ka_ Email S4nrA ti A' lrd C fCrrDdt,giC*.t-S,Carl _Individual / Sole Proprietor _L,lCorporatioa _Partrership _Tax Exempt fFederal income tax-exempt entity under Internal Revenue Service guidelines IRC s01 (c) 3) _ Limited Liability Company ( Enter the tax clrssilication /T|: {1i*ane'la,tlin*at f =f^n'}'nrian D ---D*tnayshin thot the shown on this form is correcl tosT"Y:4r.../ /,-y Date s /r/rq Title Pf z=s ra,{.d-lr Phone Nlrruber9,,1n-51?-r"lZ 16.A.14.f Packet Pg. 548 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") Acn'linisrrati're Senrices Departtrent Frtcr;rc::ren! Serricr-:s f ,; lsr*ir Form 7: Yendor Submittal - Local Yendor Preference Alfrdavit (Check Appropriate Boxes Below) St*te sf Florkla (Select Ce*nty if Ye*d+r is de*cribed *s a Lo+*l B*ske*s) I Cottier County l--l Lee County Vendor affirms that it is a local business as defined by the Prccurement Ordinance of the Callier County Board of County Commissioners and the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: Local business mears the vendor has a current Busitess Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business ir aa area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permailent structure such as a construction trailer, storage shed, or cther non- permanent structure shall not be used for the purpose of estatllishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" uniess it contributes to the economic deveiopment and well-being of Collier County in a verifiable and measurable way. This may include. but not be limited to, the retention and expansion of employment opporhmities, support and increase to the Couaty's tax base, and residency of employees and principals of the business within Collier Counry. Vendors shall affirm in writing their compliance with the foregoing at the time of submiuing their bid or proposal to be eligible for consideration as a "local business" under this section. A veldor who misrepresents the Local Preference status ofits firm in a proposal or bid submitted to the County will lose the privilege to claim Local Freferense staius for a period of up to one year under this section, Vendor must complete the following information. Year Business Established inpCottier County or fl Lee County: Number of Employees {Including Owner(s) or Corporate Officers}: I / Number ofEmployees Living in ffi Collier County orp Lee {Including Owner(s) or Corporate Offtcers}. / t If requested by the Couaty, vendor will be required to provide documentation substantiating the iaformation given in this affrdavit. Failure ta do so will result ic vendcr's submission being deemed not applicable. VendorName: f/t LlCrl)/+L .>,- )j)/ '/ \,1 \ it+t-' (t:t/Date: I /.,- /tC 4't' Address in Signature:Title: /) t, t: .\ t /) z.:"tt -' 7 Collier or Lee 16.A.14.f Packet Pg. 549 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Detail by FEI/EIN Number Florida Profit Corporation ANNAT, INC. Filing Information 525089 59-1721523 02/03/1977 FL ACTIVE REINSTATEMENT 10/24/2018 Principal Address 1095 5TH AVENUE NORTH NAPLES, FL 34102 Changed: 01/27/1997 Mailing Address 1095 5TH AVENUE NORTH NAPLES, FL 34102 Changed: 03/08/2017 Registered Agent Name & Address CIARROCCHI, LEONARD, President 14670 MERAVI DR BONITA SPRINGS, FL 34135 Name Changed: 10/24/2018 Address Changed: 10/24/2018 Officer/Director Detail Name & Address Title President CIARROCCHI, LEONARD 14670 MERAVI DR BONITA SPRINGS, FL 35135 Annual Reports DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by FEI/EIN Number 2/13/2019http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 16.A.14.f Packet Pg. 550 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") Report Year Filed Date 2017 03/08/2017 2018 10/24/2018 2019 02/07/2019 Document Images 02/07/2019 -- ANNUAL REPORT View image in PDF format 10/24/2018 -- REINSTATEMENT View image in PDF format 03/08/2017 -- ANNUAL REPORT View image in PDF format 02/26/2016 -- ANNUAL REPORT View image in PDF format 03/17/2015 -- ANNUAL REPORT View image in PDF format 02/06/2014 -- ANNUAL REPORT View image in PDF format 03/05/2013 -- ANNUAL REPORT View image in PDF format 04/12/2012 -- ANNUAL REPORT View image in PDF format 01/13/2011 -- ANNUAL REPORT View image in PDF format 01/27/2010 -- ANNUAL REPORT View image in PDF format 01/20/2009 -- ANNUAL REPORT View image in PDF format 02/18/2008 -- ANNUAL REPORT View image in PDF format 01/04/2007 -- ANNUAL REPORT View image in PDF format 02/23/2006 -- ANNUAL REPORT View image in PDF format 02/21/2005 -- ANNUAL REPORT View image in PDF format 01/06/2004 -- ANNUAL REPORT View image in PDF format 03/10/2003 -- ANNUAL REPORT View image in PDF format 03/05/2002 -- ANNUAL REPORT View image in PDF format 03/06/2001 -- ANNUAL REPORT View image in PDF format 03/15/2000 -- ANNUAL REPORT View image in PDF format 01/22/1999 -- ANNUAL REPORT View image in PDF format 01/23/1998 -- ANNUAL REPORT View image in PDF format 01/27/1997 -- ANNUAL REPORT View image in PDF format 04/17/1996 -- ANNUAL REPORT View image in PDF format 01/31/1995 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by FEI/EIN Number 2/13/2019http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 16.A.14.f Packet Pg. 551 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.f Packet Pg. 552 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.f Packet Pg. 553 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.f Packet Pg. 554 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.f Packet Pg. 555 Attachment: 19-7544 Anat Inc Proposal (9222 : ITB "Traffic Signs and Related Materials,") Solicitation #19-7544 Traffic Signs and Related Material Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ XXXX XXX XXX XXX XXX XXX XXX Asset Management Solutions - USA 2637 East Atlantic Blvd. Pompano Beach, Florida 33062 866.791.4255 info@ams-usa.org Jeanette Kaufman Feb 11 2019 16.A.14.g Packet Pg. 556 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Solicitation #19-7544 - Traffic Signs and Related Materials 16.A.14.g Packet Pg. 557 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Solicitation #19-7544 - Traffic Signs and Related Materials 16.A.14.g Packet Pg. 558 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Solicitation #19-7544 – Traffic Signs and Related Material 16.A.14.g Packet Pg. 559 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Solicitation #19-7544 – Traffic Signs and Related Material Florida Lee 11 16.A.14.g Packet Pg. 560 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Solicitation #19-7544 – Traffic Signs and Related Material 16.A.14.g Packet Pg. 561 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Solicitation #19-7544 - Traffic Signs and Related Materials Asset Management Solutions - USA Insurance / Bond Type 1. Worker’s Compensation 2. Employer’s Liability 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form 4. Indemnification 5. Automobile Liability 6. Other insurance as noted: 7. Bid bond 8. Performance and Payment Bonds INSURANCE AND BONDING REQUIREMENTS Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ $____1,000,000_ single limit per occurrence Bodily Injury and Property Damage $_____1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. $__1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included Technology Errors & Omissions $__________ Per Occurrence Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 16.A.14.g Packet Pg. 562 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Solicitation #19-7544 - Traffic Signs and Related Materials Asset Management Solutions - USA 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. Thirty (30) Days Cancellation Notice required. 8/22/18 -CC ________________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ Asset Management Solutions USA Feb 11 2019 Jeanette Kaufman Furnished upon notice of intent to award / bid evaluation stage 16.A.14.g Packet Pg. 563 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Department of State /Division of Corporations /Search Records /Detail By Document Number / DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 2/13/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.A.14.g Packet Pg. 564 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Document Number FEI/EIN Number Date Filed State Status Detail by Entity Name Foreign Profit Corporation ASSET MANAGEMENT SOLUTIONS - USA INC. Filing Information F17000004379 37-1744269 09/29/2017 MI ACTIVE Principal Address 2885 Sanford Ave SW #42814 Grandville, MI 49418 Changed: 02/11/2018 Mailing Address 2637 E ATLANTIC BLVD, #42814 POMPANO BCH, FL 33062 Registered Agent Name & Address REGISTERED AGENT SOLUTIONS, INC. 155 OFFICE PLAZA DR, STE A TALLAHASSEE, FL 32301 Officer/Director Detail Name & Address Title P SHELLENBARGER, SHANE 450 J STREET, #331 SAN DIEGO, CA 92101 Annual Reports Report Year Filed Date 2018 02/11/2018 Document Images 10/25/2018 -- Off/Dir Resignation View image in PDF format 02/11/2018 -- ANNUAL REPORT View image in PDF format 09/29/2017 -- Foreign Profit View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by Entity Name 2/13/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.A.14.g Packet Pg. 565 Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.gPacket Pg. 566Attachment: 19-7544 Asset Management Proposal (9222 : ITB "Traffic Signs and Related Materials,") Project Manager: Kyle Kemmish Procurement: Viviana Giarimoustas Witness: Kris Lopez Opened: 2/11/19 Bid Tabulation #19-7544 Traffic Signs and Related Material Notifications Sent: 4,280 Downloaded: 78 Submissions: 8 No Bids: 1 Allied Tube & Conduit Asset Management Solutions USA Interstate Highway Sign Corp Mandel Metals Annat Inc dba Municipal Supply & Sign Co. Annat - LVP Prices Osburn Signs Inc Vulcan Inc Lightle Enterprises of Ohio Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 1 1 sf $3.10 $2.55 $3.20 $1.92 2 1 sf $3.10 $2.85 $2.67 $2.08 3 1 sf $3.10 $2.95 $3.32 $2.24 4 1 sf $4.60 $3.35 $4.55 $3.74 5 1 sf $4.60 $3.35 $4.68 $3.82 6 1 sf $4.60 $3.65 $4.68 $3.99 7 $0.00 $0.00 $0.00 $0.00 $23.10 $18.70 $23.10 $17.79 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 8 1 sf $5.60 $5.20 $5.20 $6.00 $5.49 9 1 sf $6.90 $5.90 $6.00 $8.32 $7.49 10 1 sf $5.60 $5.40 $5.50 $6.07 $5.87 11 1 sf $5.60 $5.50 $5.60 $6.12 $5.96 12 1 sf $6.90 $6.20 $6.30 $9.54 $7.22 13 1 sf $6.90 $5.90 $6.00 $7.46 $6.86 14 1 sf $6.90 $5.70 $6.00 $9.65 $6.80 15 1 sf $5.60 $5.90 $6.00 $9.65 $5.98 16 1 sf $6.90 $5.90 $6.00 $9.65 $7.22 17 $0.00 $0.00 $0.00 $0.00 $56.90 $51.60 $52.60 $72.46 $58.89 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 18 1 sf $7.20 $6.95 $7.05 $7.54 $6.39 19 1 sf $8.55 $7.75 $7.85 $8.86 $8.39 20 1 sf $7.20 $7.25 $7.35 $7.60 $6.77 21 1 sf $7.20 $7.35 $7.45 $7.65 $6.86 22 1 sf $8.55 $7.95 $8.05 $8.92 $8.12 23 1 sf $8.55 $7.75 $7.85 $8.92 $7.76 24 1 sf $8.55 $7.75 $7.85 $11.27 $7.70 25 1 sf $7.20 $7.75 $7.85 $11.27 $6.88 26 1 sf $8.55 $7.85 $8.05 $11.27 $8.12 27 $0.00 $0.00 $0.00 $0.00 $71.55 $68.35 $69.35 $83.30 $66.99 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 28 1 sf $8.15 $13.65 $8.26 $6.78 29 1 sf $10.80 $15.65 $11.78 $8.68 Provide all inclusive pricing for line items #1-125, no additional costs will be accepted. Collier County reserves the right to remove items from the bid list, in the event such items are not available from all vendors. This action facilitates a fair comparison of bids. All signs and sign blanks are based on cost per square foot. Face and size to be designated at time of purchase. Sign Faces: All faces shall be in conformance with the 2009 Edition of the Manual on Uniform Traffic Control Devices (MUTCD), or most current edition, and the 2012 Supplement to the 2004 Edition of Standard Highway Signs (SHS) book to include the interim releases for new and revised signs, or most current edition. All signs to utilize an anti graffiti film with 3M Premasking Tape SCPM-19 or equivalent. The quantities listed in the bid schedule are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period but does not guarantee any minimum or maximum to be ordered during the period specified. No subcontractors shall be permitted for this solicitation. Primary: Osburn Signs / Secondary Annat Inc. Section 2: Aluminum Prefabricated Signs -Single Sided - With or without holes, .080 Gauge Aluminum Sign Faces (Pressure Sensitive) Minimum Order of 10 Identical Signs; Primary: Annat Inc. / Secondary Osburn Signs Section 3: Aluminum Prefabricated Signs - Single Sided - With or without Holes, .125 Gauge Aluminum Manufactures' Warranty Required Primary: Annat Inc. / Secondary Osburn Signs Section 4: Aluminum Prefabricated Signs -- Double Sided- With or w/o Holes, .080 Gauge Aluminum, Manufactures' Warranty Required ASTM III High-Intensity Prismatic or Equivalent School Speed Sign Assembly (S4-3P and ASTM VIII 3-Color Diamond Grade or Equivalent School speed Sign Assembly (S4-eP Total Section 3: Description Section 1: Sign Faces (Pressure Sensitive) Primary: Annat Inc. / Secondary Osburn Signs ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent School Speed Sign ASTM III High-Intensity Prismatic or Equivalent School Speed Sign Assembly (S4-3P and ASTM VIII 3-Color Diamond Grade or Equivalent School speed Sign Assembly (S4-eP Total Section 2: Description ASTM III High-Intensity Prismatic or Equivalent ASTM XI Diamond Grade (DG3 or Equivalent) ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent Face ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent School Speed Sign Total Section 1: Description ASTM III High-Intensity Prismatic or Equivalent ASTM XI Diamond Grade or Equivalent ASTM III 3-color High-Intensity Prismatic or Equivalent ASTM III 4-color High-Intensity Prismatic or Equivalent ASTM VIII 3-Color Diamond Grade or Equivalent Face ASTM VIII 3-Color Diamond Grade or Equivalent Face ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent Face Description ASTM III High-intensity Prismatic or Equivalent ASTM III 3-Color High-intensity Prismatic or Equivalent ASTM III High-Intensity Prismatic or Equivalent ASTM XI Diamond Grade or Equivalent ASTM III 3-color High-Intensity Prismatic or Equivalent ASTM III 4-color High-Intensity Prismatic or Equivalent ASTM III 4-color High-intensity Prismatic or Equivalent ASTM XI Diamond-grade or Equivalent ASTM VII Diamond Grade Fluorescent Yellow-Green or Equivalent ASTM VII Diamond Grade Fluorescent Yellow-Green or Equivalent 3 or more Colors 1 of 4 16.A.14.h Packet Pg. 567 Attachment: 19-7544 Bid Tabulation (9222 : ITB "Traffic Signs and Related Materials,") Project Manager: Kyle Kemmish Procurement: Viviana Giarimoustas Witness: Kris Lopez Opened: 2/11/19 Bid Tabulation #19-7544 Traffic Signs and Related Material Notifications Sent: 4,280 Downloaded: 78 Submissions: 8 No Bids: 1 Provide all inclusive pricing for line items #1-125, no additional costs will be accepted. Collier County reserves the right to remove items from the bid list, in the event such items are not available from all vendors. This action facilitates a fair comparison of bids. All signs and sign blanks are based on cost per square foot. Face and size to be designated at time of purchase. Sign Faces: All faces shall be in conformance with the 2009 Edition of the Manual on Uniform Traffic Control Devices (MUTCD), or most current edition, and the 2012 Supplement to the 2004 Edition of Standard Highway Signs (SHS) book to include the interim releases for new and revised signs, or most current edition. All signs to utilize an anti graffiti film with 3M Premasking Tape SCPM-19 or equivalent. The quantities listed in the bid schedule are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period but does not guarantee any minimum or maximum to be ordered during the period specified. No subcontractors shall be permitted for this solicitation. 30 1 sf $10.80 $15.95 $11.32 $9.19 31 1 sf $10.80 $15.65 $11.49 $8.76 32 1 sf $10.80 $15.65 $14.99 $8.85 33 1 sf $10.80 $15.95 $14.99 $8.92 34 1 sf $8.15 $13.95 $10.06 $6.98 35 1 sf $8.15 $14.05 $10.12 $7.16 36 1 sf $8.15 $15.65 $14.99 $6.95 37 10 ea $21.60 $13.65 $15.27 $18.00 38 10 ea $21.60 $13.65 $15.27 $18.00 39 $0.00 $0.00 $0.00 $0.00 $129.80 $163.45 $138.54 $108.27 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 40 1 sf $9.75 $15.50 $11.36 $7.78 41 1 sf $12.40 $17.50 $14.68 $9.58 42 1 sf $12.40 $17.80 $13.07 $10.09 43 1 sf $12.40 $17.50 $13.21 $9.66 44 1 sf $12.40 $17.50 $16.71 $9.75 45 1 sf $12.40 $17.80 $16.71 $9.82 46 1 sf $9.75 $15.80 $11.53 $7.88 47 1 sf $9.75 $15.90 $11.58 $8.06 48 1 sf $9.75 $17.50 $16.71 $7.85 49 10 ea $24.80 $15.50 $18.79 $19.90 50 10 ea $24.80 $15.50 $18.79 $19.90 51 $0.00 $0.00 $0.00 $0.00 $150.60 $183.80 $163.14 $120.27 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit $52.00 $1.00 sf $3.16 $2.85 $2.65 $2.88 $3.36 $53.00 $1.00 sf $3.95 $3.40 $3.31 $3.60 $3.76 $54.00 $1.00 sf $4.94 $4.10 $4.50 $4.49 $4.16 $55.00 $0.00 $0.00 $0.00 $12.05 $10.35 $10.46 $10.97 $11.28 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 56 100 ea $40.55 $42.11 $61.20 57 100 ea $47.03 $48.90 $71.40 58 100 ea $9.66 $18.90 $48.50 59 100 ea $46.95 $18.90 $40.75 60 100 ea $150.75 $330.00 $212.00 61 100 ea $25.28 $42.83 $40.66 62 100 ea $29.14 $47.97 $47.43 63 $349.36 $0.00 $0.00 $0.00 $549.61 $0.00 $0.00 $521.94 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit .080 gauge (per square foot delivered) blank only 14' 2 1/2" Sq. 12 Ga. 3' 2 3/4" Sq 12 Ga. Sleeve 3' 3" Square, 7 Ga. Anchor “8” multi-directional Slip Base Assembly for 2 ½” 12 Gauge Steel Post complete with 12' 2" Sq. 14 gauge Section 7: Galvanized Steel-Square Post, Full Length Holes Primary: Allied Tube / Secondary Annat Inc. ASTM III High-Intensity Prismatic or Equivalent School Speed Sign Assembly (S4-3P and .100 gauge (per square foot delivered) blank only .125 gauge (per square foot delivered) blank only Total Section 6: Description 12' 2 1/2" Sq. 12 Ga. Dead End: W14-1-24-Mod; 24 x 12 Offset by 3" 2-sided No Outlet: W14-2-24-Mod; 24 x 12 Offset by 3" 2-sided Total Section 5: Description Dead End: W14-1-24-Mod; 24 x 12 Offset by 3" 2-sided ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent Face ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent School Speed Sign ASTM VIII 3-Color Diamond Grade or Equivalent School speed Sign Assembly (S4-eP ASTM III 3-color High-Intensity Prismatic or Equivalent ASTM III 4-color High-Intensity Prismatic or Equivalent ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent School Speed Sign Total Section 4: Description ASTM III High-Intensity Prismatic or Equivalent ASTM XI Diamond Grade (DG3 or Equivalent) ASTM VIII 3-Color Diamond Grade or Equivalent Face ASTM VIII 3-Color Diamond Grade or Equivalent School speed Sign Assembly (S4-eP ASTM III 3-color High-Intensity Prismatic or Equivalent ASTM III 4-color High-Intensity Prismatic or Equivalent ASTM III High-Intensity Prismatic or Equivalent School Speed Sign Assembly (S4-3P and No Outlet: W14-2-24-Mod; 24 x 12 Offset by 3" 2-sided ASTM VIII 3-Color Diamond Grade or Equivalent Face ASTM VII Diamond-Grade Fluorescent Yellow Green or Equivalent Face Section 5: Aluminum Prefabricated Signs -- Double Sided - With or w/o Holes, .125 Gauge Aluminum Minimum Order of 10 Identical Signs; Manufactures' Warranty Required Primary: Annat Inc. / Secondary Osburn Signs Section 6: Aluminum Blanks Primary: Annat Inc. / Secondary Osburn Signs Primary: Annat Inc. Section 8: Brackets 14' 2" square 14 Ga. Total Section 7: Description 2 of 4 16.A.14.h Packet Pg. 568 Attachment: 19-7544 Bid Tabulation (9222 : ITB "Traffic Signs and Related Materials,") Project Manager: Kyle Kemmish Procurement: Viviana Giarimoustas Witness: Kris Lopez Opened: 2/11/19 Bid Tabulation #19-7544 Traffic Signs and Related Material Notifications Sent: 4,280 Downloaded: 78 Submissions: 8 No Bids: 1 Provide all inclusive pricing for line items #1-125, no additional costs will be accepted. Collier County reserves the right to remove items from the bid list, in the event such items are not available from all vendors. This action facilitates a fair comparison of bids. All signs and sign blanks are based on cost per square foot. Face and size to be designated at time of purchase. Sign Faces: All faces shall be in conformance with the 2009 Edition of the Manual on Uniform Traffic Control Devices (MUTCD), or most current edition, and the 2012 Supplement to the 2004 Edition of Standard Highway Signs (SHS) book to include the interim releases for new and revised signs, or most current edition. All signs to utilize an anti graffiti film with 3M Premasking Tape SCPM-19 or equivalent. The quantities listed in the bid schedule are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period but does not guarantee any minimum or maximum to be ordered during the period specified. No subcontractors shall be permitted for this solicitation. 64 50 ea $2.70 $9.31 $2.20 65 50 ea $3.95 $11.30 66 50 ea $4.05 $11.30 67 50 ea $1.95 $2.15 68 50 ea $5.70 $8.50 $6.70 69 50 ea $11.00 $14.95 $12.76 70 50 ea $2.55 $6.25 71 50 ea $2.35 $5.50 72 50 ea $8.90 $9.25 $10.90 73 50 ea $8.90 $9.25 $10.90 74 50 ea $4.10 $1.35 75 50 ea $2.65 $0.95 76 50 ea $3.20 $3.50 77 50 ea $2.95 $3.30 78 50 ea $1.85 $2.20 79 50 ea $2.85 80 50 ea $3.00 81 $0.00 $0.00 $0.00 $0.00 $72.65 $51.26 $0.00 $91.26 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 82 50 ea 83 50 ea 84 50 ea 85 50 ea 86 50 ea 87 50 ea $4.95 88 $0.00 $0.00 $0.00 $4.95 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 89 500 Ea $0.75 $0.90 90 500 Ea $0.65 $0.75 91 5,000 Ea $0.70 92 $0.00 $0.00 $0.00 $0.00 $2.10 $0.00 $0.00 $1.65 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 93 250 Ea $39.00 $38.00 $38.00 $43.44 94 250 Ea $58.30 $54.00 $54.00 $62.55 95 250 Ea $105.00 $95.00 $96.00 $111.20 96 $0.00 $0.00 $0.00 $0.00 $202.30 $187.00 $188.00 $0.00 $217.19 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 97 50 Ea $129.00 $95.00 $45.00 36" Stop Sign - 3M - Diamond Grade or ASTM equal ASTM Type XI 48" Stop Sign - 3M - Diamond Grade or ASTM equal ASTM Type XI Total Section 11: Description 4"X1" PL black on white decal, 3M's super engineering grade or equal, P/S center score for Bar Codes: 3-mil Flexible Anodized Aluminum Foil, with Serial Numbering, Black on Total Section 10: Description Surface mount base for pliable delineator tubes with 2 pins Replacement securing pin for delineator base. 8"x 8" C130 Butyl pads Total Section 9: Description Interlocking bracket to attach signs to 2.5" aluminum poles 4"X4" PL black on white decal, 3M's super engineering grade or equal, P/S center score for Interlocking bracket to attach signs to 3" aluminum poles Total Section 8: Description Replacement grip slots for delineator base with 2 pins. Replacement tubular insert Pliable delineator tubes (yellow or white, 36" w/ reflective tape) Primary: Annat Inc. Section 10: Sign Decals #812 Bracket U-Channel cross, 12" slot 90 degree BB-832 2 3/8" Round pole. 2 sign (double sided) bracket Z238 2 3/8" Round pole (single sided) bracket Interlocking bracket to attach signs to 2" aluminum poles 9-90f. 90-degree cross Bracket, H.D. slot width .160 #457-F bracket; universal cross street names #4 wing bracket Edge Mount Bracket - H 255 4.25 x 1.38" x 2" or equal #8 Metro wing bracket 16" H-265 8.13" x 16.5" x 2" or equal #800 Metro wing bracket 24" H-365 8.75" x 24.0" x 2" or equal SNAP-Snap-lock assembly, 40" strap length SNAP-Snap-lock assembly, 20" strap length #812 Bracket U-Channel cap, 12" slot 90 degree Not Awarded Section 9: Delineator Tubes- Standard Rok-Pruf #2 Sign Bracket for 2 3/8" round posts. 97SQF flat 12" blade sign bracket for 2" square posts 97SQF flat 12" blade sign bracket for 2.5" square posts Section 11: Stop Signs Prefabricated on .080 gauge aluminum Manufactures' Warranty Required Primary: Annat Inc. / Secondary Osburn Signs Section 12: Delineator- Impact Recovery- Spring Loaded Primary: Annat Inc. / Secondary: Asset Management Solutions 30" Stop Sign - 3M - Diamond Grade or ASTM equal ASTM Type XI Tuff Post 3" Flexible Post Assembly, Quick release base, white tube, yellow reflective 3 of 4 16.A.14.h Packet Pg. 569 Attachment: 19-7544 Bid Tabulation (9222 : ITB "Traffic Signs and Related Materials,") Project Manager: Kyle Kemmish Procurement: Viviana Giarimoustas Witness: Kris Lopez Opened: 2/11/19 Bid Tabulation #19-7544 Traffic Signs and Related Material Notifications Sent: 4,280 Downloaded: 78 Submissions: 8 No Bids: 1 Provide all inclusive pricing for line items #1-125, no additional costs will be accepted. Collier County reserves the right to remove items from the bid list, in the event such items are not available from all vendors. This action facilitates a fair comparison of bids. All signs and sign blanks are based on cost per square foot. Face and size to be designated at time of purchase. Sign Faces: All faces shall be in conformance with the 2009 Edition of the Manual on Uniform Traffic Control Devices (MUTCD), or most current edition, and the 2012 Supplement to the 2004 Edition of Standard Highway Signs (SHS) book to include the interim releases for new and revised signs, or most current edition. All signs to utilize an anti graffiti film with 3M Premasking Tape SCPM-19 or equivalent. The quantities listed in the bid schedule are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period but does not guarantee any minimum or maximum to be ordered during the period specified. No subcontractors shall be permitted for this solicitation. 98 $0.00 $129.00 $0.00 $0.00 $95.00 $0.00 $0.00 $45.00 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 99 50 Ea 100 50 Ea 101 50 Ea 102 10 Ea 103 10 Ea 104 10 Ea 105 $0.00 Line Item # Estimated Quantity Unit of Measure Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit Price Per Unit 106 50 Ea $25.25 107 25 Ea $4.25 108 25 Ea $4.75 109 25 Ea $5.00 110 10 Ea $6.75 111 10 Ea $8.25 112 10 Ea $9.75 113 50 Ea $16.10 114 50 Ea $18.25 115 10 Ea $89.00 $44.92 116 10 Ea $98.75 $45.92 117 2 Box $148.00 $60.00 118 2 Roll $121.00 119 2 Box $28.00 120 10 Ea $63.40 $33.65 121 10 Ea $45.00 $9.00 122 10 Ea $46.00 $9.00 123 10 Ea $49.00 $9.00 124 2 Box $169.00 125 $0.00 $955.50 $0.00 $0.00 $0.00 $0.00 $0.00 $211.49 YES YES YES YES YES NO NO YES YES YES YES YES NO NO YES YES YES YES YES NO NO YES YES YES YES YES NO NO YES YES YES YES YES NO NO NO NO NO NO NO NO NO YES YES YES YES YES NO NO YES YES YES YES YES YES NO Description Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Chevron Bracket Secures 2 signs to 1 post Enhanced Soil Plate, Option #2 with tab Concrete Surface mount base for 2" square posts Concrete Surface mount base for 2.5" square posts Stainless Steel Threaded center-hole, flared end bracket for use with 3/4" SS Strapping 50 Form 4: Vendor Declaration Statement Form 5: Immigration Affidavit Certification Form 6: Vendor Substitute W – 9 2" x 72" .100 ga Aluminum, reflective post markers, 4 holes DG3 or equal -"Red" 2" x 72" .100 ga Aluminum, reflective post markers, 4 holes DG3 or equal -"Florescent 2" x 72" .100 ga Aluminum, reflective post markers, 4 holes DG3 or equal -"Florescent Hilti Coil Anchor - HCA 3/8" x 3" 50 anchors per box Total Section 14: 3/4" x 100' .030 Stainless Steel Strapping 3/4" Heavy Duty Banding Buckle 25 pc / box "U" Bracket Assembly 3.5" Round Pole - kit - Bracket, Nuts, Lock Washer and Fender "U" Bracket Assembly 4.0" Round Pole - kit - Bracket, Nuts, Lock Washer and Fender "U" Bracket Assembly 4.5" Round Pole - kit - Bracket, Nuts, Lock Washer and Fender "U" Bracket Assembly 5.0" Round Pole - kit - Bracket, Nuts, Lock Washer and Fender "U" Bracket Assembly 6.0" Round Pole - kit - Bracket, Nuts, Lock Washer and Fender Enhanced Soil Plate, Option #1 w/o tab Total Section 13: Description Trapezoidal Soil Plate .25 Aluminum 14"x 8" 12" vertical "U" Bracket Assembly 3.0" Round Pole - kit - Bracket, Nuts, Lock Washer and Fender Description 001 - Sign HW-Slip Base Square Kit 8" Multi-Directional for 2" & 2.5" galv Steel Post 002 - Sign HW-Slip Base Round - Top Portion only Multi-Directional for 2" & 2.5" galv 592 - Sign HW-Slip Base Square 8" Unit Base, Slip Plate w/ anchor 36" FDOT Slip Base Breakaway Assembly 4.0" Round Section 14: Additional Traffic Sign Products Total Section 12: FDOT Slip Base Breakaway Assembly 6.0" Round Form 7: Vendor Submittal – Local Vendor Preference Affidavit Insurance and Bonding Requirements E-Verify Primary: Asset Management Solutions Section 13:Slip Base Not Awarded FDOT Slip Base Breakaway Assembly 4.5" Round YES YES YES YES/NO YES YES YES YES YES 4 of 4 16.A.14.h Packet Pg. 570 Attachment: 19-7544 Bid Tabulation (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.i Packet Pg. 571 Attachment: 19-7544 NORA (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 572 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 573 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 574 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 575 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 576 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 577 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 578 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 579 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 580 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 581 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 582 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 583 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Detail by FEI/EIN Number Foreign Profit Corporation OSBURN SIGNS, INC. Cross Reference Name OSBURN ASSOCIATES, INC. Filing Information F10000005305 31-1041388 12/03/2010 OH ACTIVE Principal Address 11931 STATE ROUTE 93 NORTH Logan, OH 43138 Changed: 04/11/2017 Mailing Address PO BOX 912 Logan, OH 43138 Changed: 04/11/2017 Registered Agent Name & Address INCORP SERVICES, INC. 17888 67TH COURT NORTH LOXAHATCHEE, FL 33470 Officer/Director Detail Name & Address Title Chairman Osburn, Jeff 142 174th Terrace Dr E Apt 3 Redington Shores, FL 33708 Title President Osburn, Jeff 142 174th Terrace Dr E Apt 3 Redington Shores, FL 33708 DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 3Detail by FEI/EIN Number 2/13/2019http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 16.A.14.j Packet Pg. 584 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") Title Secretary Osburn, Jeff 142 174th Terrace Dr E Apt 3 Redington Shores, FL 33708 Title Treasurer Osburn, Mark 109 Butler Road Brandon, FL 33511 Title VP Osburn, Mark 109 Butler Road Brandon, FL 33511 Title Director Osburn, Donna 16897 First Street East North Redington Beach, FL 33708 Title Director Osburn, Harry 16897 1ST Street East North Redington Beach, FL 33708 Annual Reports Report Year Filed Date 2016 04/26/2016 2017 04/11/2017 2018 01/12/2018 Document Images 01/12/2018 -- ANNUAL REPORT View image in PDF format 04/11/2017 -- ANNUAL REPORT View image in PDF format 04/26/2016 -- ANNUAL REPORT View image in PDF format 04/15/2015 -- ANNUAL REPORT View image in PDF format 03/26/2014 -- ANNUAL REPORT View image in PDF format 05/01/2013 -- ANNUAL REPORT View image in PDF format 04/20/2012 -- ANNUAL REPORT View image in PDF format 02/18/2011 -- ANNUAL REPORT View image in PDF format 12/03/2010 -- Foreign Profit View image in PDF format Florida Department of State, Division of Corporations Page 2 of 3Detail by FEI/EIN Number 2/13/2019http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 16.A.14.j Packet Pg. 585 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.j Packet Pg. 586 Attachment: 19-7544 Osburn Proposal (9222 : ITB "Traffic Signs and Related Materials,") COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR TRAFFIC SIGNS AND RELATED MATERIALS SOLICITATION NO.: 19-7544 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 Viviana.Giarimoustas@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.14.k Packet Pg. 587 Attachment: 19-7544 Solicitation (9222 : ITB "Traffic Signs and Related Materials,") SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7544 PROJECT TITLE: TRAFFIC SIGNS AND RELATED MATERIAL DUE DATE: Monday, February 11, 2019 10:00 AM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Transportation Engineering Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. BACKGROUND The County is interested in receiving bids for traffic signs and related materials. The sign shop produces approximately 12,000 sign assemblies per year. County departments in the past have spent approximately $145,000.00; however, this may not be indicative of further buying patterns. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewals per sections listed on the Bid Schedule. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest total price per section  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify a Primary and Secondary 16.A.14.k Packet Pg. 588 Attachment: 19-7544 Solicitation (9222 : ITB "Traffic Signs and Related Materials,")  The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation.  The County requests that the vendor submit five (5) completed reference forms from other government/municipal entities during the past 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. DETAILED SCOPE OF WORK These specifications are intended to provide the information by which prospective bidders may understand the requirements of Collier County relative to supplying or furnishing and installing traffic sign materials and related supplies. Unless otherwise indicated, all products shall meet the Florida Department of Transportation (FDOT) Qualified Products List (QPL) Specifications (see link below). http://www.fdot.gov/programmanagement/ProductEvaluation/QPL/default.shtm Items listed are dependent upon each other, providing for uniformity of signs. Reflective sheeting material types III, IV, VII and XI shall be classified in accordance with the most current ASTM D-4956 and 3M brand or approved equivalent preferred. Manufacture’s warranties must be provided with all reflective sheeting purchases. Production: Vendor must be capable of producing a minimum of 1,200 signs in one order. Hours of Operation: Delivery hours are from 7:00 AM to 3:00 PM Monday to Friday. Sign Faces: All faces shall be in conformance with the 2009 Edition of the Manual on Uniform Traffic Control Devices (MUTCD), or most current edition, and the 2012 Supplement to the 2004 Edition of Standard Highway Signs (SHS) book to include the interim releases for new and revised signs, or most current edition. When the work “BLANK” is used in conjunction with an ordered face, it means that all UNIFORM information shall be included on the blank. The only items to be left off the face shall be changeable items; i.e., Speed Limit (R2-1). Blanks shall have the border and words SPEED LIMIT with a space provided for Collier County to add the correct numbers indicating speed. Prefabricated Signs, Prefabricated Stop Signs and Aluminum Blanks: Standard sign assemblies as detailed and described in the bid schedule that includes single or double-sided sign faces are to be mounted on .080 or .125-gauge aluminum blanks in accordance with the Standard Highway Signs Markings book, MUTCD and FDOT standards. All aluminum blanks shall have “burr free” edges Prefabricated STOP signs are on .080 -gauge aluminum blanks and fabricated in accordance with the Standard Highway Signs Markings book, MUTCD and FDOT standards. Sign orders, as requested, are to be delivered on pallets weighing no more than eight hundred (800) pounds per pallet. (NOTE: Although every attempt will be made to maximize the number of signs per order, the County reserves the right to order and have delivery of a minimum purchase of o ne (1) special order sign.) All Fabricated signs MUST be covered with an Anti-Graffiti Film equivalent to 3M pre-masking Tape SCPM-19. Galvanized Steel – Perforated Square Posts & Related Materials: Standard sign post assemblies as detailed and described in the bid schedule and in conformance with MUTCD, FDOT’s Design Indexes and Collier County’s Sign and Pavement Markings Special Provisions. Ancillary Traffic Sign Products: Brackets, decals, delineators, slip bases and related products described and detailed in the bid schedule and in conformance with the MUTCD and FDOT’s Design Indexes and Collier County’s Sign and Pavement Markings Special Provisions Certification: The successful bidder shall provide at or before the time of delivery, two (2) copies of certification that the material supplied meets or exceeds all the mentioned specifications to include warranties. Manufacturers sheeting warranties must be provided with shipment. Guarantee: All material not meeting the specification shall be returned to the successful bidder at no charge to Collier County, including all freight and handling charges. Delivery of Fabricated Signs, Sign Faces, or Aluminum: Items should be received from the Primary vendor within three (3) weeks from the date the order is placed. Should delivery be delayed and occur after a period of four (4) weeks, Collier County will contact the Secondary vendor. The Primary vendor shall not charge a restocking fee if product is delayed more than three weeks. Collier County reserves the right to contact another vendor if either vendor cannot fulfill orders. 16.A.14.k Packet Pg. 589 Attachment: 19-7544 Solicitation (9222 : ITB "Traffic Signs and Related Materials,") VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.A.14.k Packet Pg. 590 Attachment: 19-7544 Solicitation (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 591Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 592Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 593Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 594Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 595Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 596Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 597Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 598Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 599Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 600Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 601Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 602Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 603Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") Kinzel 16.A.14.l Packet Pg. 604 Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 605Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 606Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 607Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 608Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 609Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.lPacket Pg. 610Attachment: 19-7544 AlliedTube_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 611Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 612Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 613Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 614Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 615Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 616Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 617Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 618Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 619Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 620Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 621Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 622Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 623Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") MCM Kinzel 16.A.14.m Packet Pg. 624 Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 625Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 626Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 627Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 628Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 629Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.mPacket Pg. 630Attachment: 19-7544 AssetManagement_ Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.nPacket Pg. 631Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 632Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 633Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 634Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 635Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 636Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 637Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 638Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 639Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 640Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 641Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 642Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 643Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Kinzel 16.A.14.n Packet Pg. 644 Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 645Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 646Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 647Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 648Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 649Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 650Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 651Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.nPacket Pg. 652Attachment: 19-7544 Annat Inc dba Minicipal Supply & Sign Co._Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related 16.A.14.oPacket Pg. 653Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 654Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 655Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 656Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 657Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 658Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 659Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 660Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 661Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 662Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 663Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 664Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 665Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") Kinzel 16.A.14.o Packet Pg. 666 Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 667Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 668Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 669Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 670Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 671Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 672Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 673Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,") 16.A.14.oPacket Pg. 674Attachment: 19-7544 OsburnAssociates_Contract_VendorSigned_corrected (9222 : ITB "Traffic Signs and Related Materials,")