HomeMy WebLinkAboutContract 59250FORTWORTH.
CSC No. 59250
CONTRACT
FOR
THE CONSTRUCTION OF
2022 On -Call Pavement Markings Contract
City Project No. 102906
Mattie Parker
Mayor
David Cooke
City Manager
Lauren Prieur
Interim Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
2022
Kimley-Horn and Associates, Inc.
801 Cherry Street, Unit 11, Suite 1300
Fort Worth, Texas 76102
817-335-6511
TPBE Firm No. F-928
Scott R. Arnold, P.E. (Texas PE 96782)
�P�F"°OE° �.
... *
°O°
SCOTT R. ARfVCI R
�,f, FS° o° Eft
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
10/5/2022
ON -� p
F• 4wd
FORT WORTH,
City of Fort Worth
Standard Construction Specification
Documents
2022 On -Call Pavement Markings Contract
CPN 102906
Adopted September 2011
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 00 00
TABLE OF CONTENTS
Page 1 of 5
Last Revised
0005 10
Mayor and Council Communication
07/01/2011
0005 15
Addenda
07/01/2011
0011 13
Invitation to Bidders
07/19/2021
0021 13
Instructions to Bidders
11/02/2021
0035 13
Conflict of Interest Statement
02/24/2020
00 41 00
Bid Form
09/30/2021
00 42 43
Proposal Form Unit Price
01/20/2012
0043 13
Bid Bond
09/11/2017
00 43 37
Vendor Compliance to State Law Nonresident Bidder
06/27/2011
n ni iz
o�nc
OMITTED
,43/2nt t
08�T
0045 12
Prequalification Statement
09/30/2021
00 n c t �
��
OMITTED
n
08 -34024
00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45 40
Business Equity Goal
10/27/2021
00 52 43
Agreement
11/23/2021
0061 13
Performance Bond
07/01/2011
0061 14
Pa ment Bond
07/01/2011
0061 19
Maintenance Bond
07/01/2011
00 61 25
Certificate of Insurance
07/01/2011
00 72 00
General Conditions
08/23/2021
00 73 00
Supplementary Conditions
03/09/2020
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
07/01/2011
01 31 19
Preconstruction Meeting
08/17/2012
01 31 20
Project Meetings
07/01/2011
01 32 16
Construction Schedule
08/13/2021
01 32 33
Preconstruction Video
07/01/2011
013300
Submittals
12/20/2012
01 35 13
Special Project Procedures
03/11/2022
01 45 23
Testing and Inspection Services
03/09/2020
01 50 00
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 58 13
Temporary Project Si na e
07/01/2011
01 60 00
Product Requirements
03/09/2020
01 66 00
Product Storage and Handling Requirements
07/01/2011
01 70 00
Mobilization and Remobilization
11/22/2016
01 71 23
Construction Staking and Survey
02/14/2018
01 74 23
Cleaning
07/01/2011
01 77 19
Closeout Requirements
03/22/2021
01 78 23
Operation and Maintenance Data
12/20/2012
01 78 39
Project Record Documents
07/01/2011
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
2022 On -Call Pavement Markings Contract
CPN 102906
00 00 00
TABLE OF CONTENTS
Page 2 of 5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
None
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.2ov/tuw/contractors/
or
https:Happs.fortworthtexas.gov/Proi ectResources/
CITY OF FORT WORTH 2O22 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised September 9, 2022
00 00 00
TABLE OF CONTENTS
Page 3 of 5
Z2t Z 1 064ni2n��
�z
32 13 MDriveways12/09Q
3244-74240/204-2
324446 12/20QO12
�z
3 n6i1�22
32 1723 Pavement Markings 06/10/2022
32 1 7 7 c 1 1 /04 O 1 3
32-32-4-3 96/054204S
g 03/1�22
nvlo�z
4 nv1�2
2 o� n3 Troos an ubss 12/2042012
-,,--r.r rLravravzz
• _ _
V Can
MR TV
�.
�. .MMIN_
1.
'wwwa
!.
1
■ I _
■
��
_.
KIT
.. .MKIRM—Rum
V -
I Im
CITY OF FORT WORTH 2O22 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised September 9, 2022
00 00 00
TABLE OF CONTENTS
Page 4 of 5
Division 34 - Transportation
a n t t-o 0-3 i i�n��
o o�z
� n n�no_.tr At4aehmen1=A E6ntr6neP4Cebjf Wt i2 'its
3 n n� OV2012
� n n�o3 At4aehmeat G Seftwafe Speeifieafien 0 i�2
34 t t t 11/2242013.
344443v1 i 022
�on�z
znRoadwayi2i�1-2
3441002t n6 15420 c
-rzr vvrr�rrvz�
344 2n n2 Freeway LED Readway Lun4aaifes 06 15420 c
34n i 2n 03Roadway06/ 5420 c
34n t 3n Aluminum Signs ! I/1 01
344-59 02 io�O l-6
3471 13 Traffic Control 03/22/2021
Appendix
CITY OF FORT WORTH 2O22 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised September 9, 2022
00 00 00
GC-6.06.1) M nority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
END OF SECTION
TABLE OF CONTENTS
Page 5 of 5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
2022 On -Call Pavement Markings Contract
CPN 102906
City of Fort Worth,
Mayor and
DATE: 03/21 /23
Texas
Council Communication
M&C FILE NUMBER: M&C 23-0226
LOG NAME: 20ON-CALL PAVEMENT MARKINGS CONTRACT CITY PROJECT NO. 102906
SUBJECT
(ALL) Authorize the Execution of Unit Price Contracts with TRP Construction Group, LLC and Traffic Highway Maintenance, LLC each in an
Amount Not to Exceed $5,000,000.00 for Task Order Construction Services for Projects Relating to Pavement Marking
RECOMMENDATION:
It is recommended that the City Council authorize the execution of unit price contracts with TRP Construction Group, LLC and Traffic Highway
Maintenance, LLC each in an amount not to exceed $5,000,000.00 for task order construction services for the installation of pavement markings,
(City Project Nos. 102906, 104400 & 104409), with up to four renewals each.
DISCUSSION:
This contract will provide for construction services on an as -needed (task order) basis for projects related to pavement marking installations.
Pavement marking projects include long lines, short lines, intersections, and school zones to improve overall traffic and pedestrian safety within the
City limits of Fort Worth. Each contract amount is capped at $5,000,000.00 and may be renewed up to four additional times under the same terms,
conditions, and unit prices. The project was procured in a low bid format to determine unit prices to be paid when task orders are issued.
Notice for bids was published in the Fort Worth Star -Telegram on October 13, 2022 and October 20, 2022. On November 3, 2022, two
companies submitted the following bids:
CONTRACTOR
BID
TRP Construction Group, LLC
$1,641,824.50
Traffic Highway Maintenance, LLC
$4,520,802.50
The unit prices were compared to similar projects and were determined to be fair and competitive. Task orders will be paid at the established unit
prices. Projects identified initially include: Pavement markings for crosswalks, intersections, and thoroughfares.
The contract is paid with available City Pay -Go funding.
Funding is budgeted in the TPW Dept Highway & Streets Department's General Capital Projects Fund for the purpose of funding the FY 21 PAYG
Pavement Markings, FY23 PAYGO Pavement Markings and FY213 PAYGO Pavement Markings projects, as appropriated.
BUSINESS EQUITY: A waiver of the goal for Business Equity subcontracting requirement is approved by the DVIN-BE, in accordance with the
Business Equity Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are
negligible
This project is located in ALL COUNCIL DISTRICTS.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects
Fund for the FY 21 PAYG Pavement Markings, FY23 PAYGO Pavement Markings and FY213 PAYGO Pavement Markings projects to support the
approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Transportation and Public Works
Department has the responsibility to validate the availability of funds.
Submitted for City Manager's Office bT. William Johnson 5806
Originating Business Unit Head: Lauren Prieur 6035
Additional Information Contact: Monty Hall 8662
000515-1
ADDENDA
Page 1 of 2
SECTION 00 05 15
ADDENDA
CITY OF FORT WORTH, TEXAS
ADDENDUM NO. 1
To the Specifications and Contract Documents
For
2022 On -Call Pavement Markings Contract
City Project Number 102906
Issued: November 1, 2022
Bid Date: November 3, 2022 at 1:30 P.M.
This Addendum forms a part of the Bidding Documents and will be incorporated into Contract
Documents, as applicable. Insofar as the original Contract Documents and Specifications and
Construction Plans are inconsistent, this Addendum governs. Acknowledge receipt of this
addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the
Addendum in the Bid Proposal and on the outer envelope of your bid. FAILURE TO DO SO MAY
SUBJECT BIDDER TO DISQUALIFICATION.
Prospective bidders are herebv notified of the following:
This addendum includes the following:
1. Pre -Bid Presentation
An electronic version (in PDF format) of the presentation given during the non -
mandatory pre -bid meeting held at 9:00 A.M. CST on October 25, 2022 is attached to this
addendum.
2. Pre -Bid Meeting and Other Questions
During the pre -bid meeting and in subsequent e-mails, the attendees asked the following
questions. Official answers are being provided as part of this addendum:
Q: Item 180 Full Highway Closure per day (Night/Weekend) Traffic Control
Item 181 Traffic Control? Being that this is an annual pavement marking contract
we are doing our best to figure how traffic control for a full highway closure fits into
this bid. With that said, are these types of closures expected as an on -call basis for
services performed by the City? Or is the highway traffic control bid item based on
pavement marking services only (i.e., ramp closures, lane closure, etc.)? I have the
same question for Item 181. Is this based on -call for the City needs, or is it traffic
control as it pertains only to pavement marking services performed?
A: These items would be included in specific task orders for pavement marking
installations done by the Contractor. These bid items would not be used for City crew
installations.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised July 1, 2011
000515-2
ADDENDA
Page 2 of 2
Q: With the current shortages on material, is the City open to other products
related to multiipolymer such as AE%IA and MUFA?
A: No, all products must comply with City standards and specifications.
Q: Is there a standard spec or more information on Bid Item 101- Button type Flex
stake.
A: The City does not have a specification for these. The intent is to be similar to the
Flexstake 150 Series Road Warrior: hgp:Hflexstake.com/highway-delineators/surface-
mounts/ 150-road-warrior-series/
PROJECT MANUAL
1. No changes.
Acknowledge your receipt of Addendum No. 1 by completing the requested information at the
following locations:
(1) In the space provided in Section 00 4100, Bid Form
(2) Indicate in upper case letters on the outside of your sealed bid envelope:
"RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 1"
All other provisions of the plans, specifications and contract documents for the project which are
not expressly amended herein shall remain in full force and effect.
Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering
the bid non -responsive. A signed copy of this addendum shall be placed into the proposal at the
time of bid submittal.
RECEIPT ACKNOWLEDGED:
By: h�z
eith Rainwat r
By:
Clint Hoover, P.E.
Engineering Manager
Company: Traffic Highway Maintenance, LLC.
END OF SECTION
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised July 1, 2011
r
U
O
N
N
O
N
�,w
N
N
0
N
LO
N
O
0
U
10
U
EV
T-
0
co
C�
C
Q
U
C
O
a)
co
O
N
U
N
L
O
�L
cr
O
U
c6
L
O
A
WE
N Cl) ZT U')
42
I.
.-
�
�
�
�
U
U)
�
�
�
�
CL
O
U
U)
I
U
�
.0
L-
n
�
q
:
0 0
-�
oq
U>
=0m
>k
E
EE
E k 0
� -0
0�
-0 @
U
o f
� E
co
E
= c
ƒ\
wC
��
k
%o
q
�E
22
��
� Co k�
(n\k
�co \
2�
22kk
\\p
3�
�?\�
mƒ
�0�
7b
§�
kC�a)
2�G
ID
)M -r
(n
k�
27
k,U-
£ o-
®/a-
2 0
E=
m00 o 0
�I�
I
E�
2U
37>,k
�§
C:U)
a)E
a)E
/
_ �
\ / 2
\
o «
0 E
�(n
�§
m
q&
�02-0
E
=
��t
U
o
o- °
w
cu
E k(
O
0
CO:
"3
R R>
'k
7
q m
�
E =
k m I
/= 2
q n
k
2��
§ @ o
k/£
�\@
/
°
a
U 0= 2
o
k
.
7a3k�
nDo�
§�>,
0
-00¢
-���
2/LL
Zk
E
(n
c0
2
/a27
0 �
§
�
ƒ 2 @
k�k�
�/�0_�
*o��
Wyk
-%P
��c/
ou
\U
tea)
%�
I¢
£
2�UR
*k�o
7�
�./Rk
//0)q
'0 / ®
m
C,4
a o•U5 m
� =
E 2 %./
o -0
7 f
o
coU=»
o w
¢ r--
_02 E
2 f %
U) a)
a)/ }
e = § �
2
6 E2
ƒ—_
=a)
m/S
- C
o'5
�£
m
��%
/2a)
/k8-E,§
�
co
§§k
#
J
RV
C
0
m
4-
0
U
N
0
A.-
0"
Q
L
0
N
0
W
m
4-
10
U)
E
L
w
CW
G
O
N
L
U
N
.�
0
0
4-1
4-1
0
L
0
'L
N
U
0
W
m
U
C
0
m
C
-00
C:0
oa)Co
wU)cn
N
WON
—0.—�U)
0.�N
CDN+_, >
o6cE0
=CNN
L
N
�O.M
> 700
0N CO
N OLY
�U=�
00
OMwNLL
L rV1
(52 (B;6
>O(nL
j��0
�N
0
Co :3 3:
L N )—
C cn—
o NCo
U�Uo
(D��0)
E -0
^L N c
LL >H Q
5 0
0 N.C-0
LLB �-0
CEQN
O� O�
Nu)_0a)
N
CO E a)
2E ao
NL>%
�0mU)
LL -o m
co
0
C
L
N
0
U
0)
ON
-F- N
M
N 00
•� N
NU
U�
No
cw
0 o0
02
w-I.-
� U
00 `�
cn 0
>0
Uc
N
� O
� U
�i•U
>,N
QU
_� E
00
UN
0.>
�0
73 Q
'� cn
LL
u
(u
co
N
Q
0
0
0
0
O
0
0
0
In
0
N
D
U
M
Q
M
U
U
N
O
IN
s
m
C
O
•
C An
V- M
00 _
0-N
0-0
L
0
L
3 3
_0 m
o
��
w .s
E
a)
y-+
C —_
N ?�
0
0-0
U
O Q
c E
C
> o
0
+. N
75 E
2i H
LO
9
O cn
-I.- m
(n X
C (3)
O
t
N 0(.0
C N
LLI � O
m O N
70 O 00
N
a) @) CD
a�
N V
m O
N N
ff
O >i
U C
O v
U X
C w
0
C
O 3:
m '
U C C
L
O
U
:3 c
N 4'
N X
O �
0011 13
INVITATION TO BIDDERS
Page 1 of 2
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction of 2022 On -Call Pavement Markings Contract — CPN 102906
("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST,
Thursday, November 3, 2022, as further described below:
City of Fort Worth
Purchasing Division
200 Texas Street
Fort Worth, Texas 76102
Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above.
Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers.
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: installation and removals of
pavement markings and markers throughout the city.
Performance for any services described herein will be initiated upon acceptance by the Contractor
of a work order having the authorizing signature of the Project Manager prior to commencing
work at the site. Contractors will not perform against this agreement without first having received
an official City of Fort Worth work order, except in emergency cases as detailed below.
PREQUALIFICATION
There are no prequalification requirements for this project.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained on-line by visiting the City
of Fort Worth's Purchasing Division website at http://www.fortworthtexas.goy/purchasing/ and
clicking on the link to the advertised project folders on the City's electronic document
management and collaboration system site. The Contract Documents may be downloaded,
viewed, and printed by interested contractors and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties are requested to email Expressions of Interest in this procurement to the City
Project Manager and the Design Engineer. The email should include the company's name,
contact person and that individual's email address and phone number. All Addenda will be
distributed directly to those who have expressed an interest in the procurement and will also be
posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: Tuesday, October 25, 2022
TIME: 9:00 am, CST
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised 7/19/2021
0011 13
INVITATION TO BIDDERS
Page 2 of 2
Invitations with links to the web conferencing application will be distributed directly to those
who have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders can e-mail questions or comments in accordance with Section 6
of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses
listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will
be issued pursuant to the Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
This ITB (Invitation to Bidders) is to establish unit prices upon which task orders will be issued.
The City reserves the right to award one or more contracts to qualified bidders within its
identified project budget. There is no guarantee of the amount or value of work to be ordered.
This project has a maximum amount of $5,000,000 per award.
TIME PERIOD AND RENEWALS
The time period of this Agreement will be for two (2) calendar years or the expiration of the
funding, whichever occurs last. The City reserves the right to renew the contract for up to four
(4) additional time periods under the same terms, conditions, and unit prices. The City shall
provide at least sixty (60) days' notice to the Contractor of the City' s intent to renew.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Clint Hoover, P.E., City of Fort Worth
Email: clint.hoover&fortworthtexas.gov
Phone: 817-392-6573
ADVERTISEMENT DATES
October 13, 2022
October 20, 2022
END OF SECTION
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised 7/19/2021
0021 13
INSTRUCTIONS TO BIDDERS
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 10
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
. . _ . .. .. . . . .1
. , N IT, 0 RALIN
�..
_
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 10
. • j in
�� ��i�
rs
1 . 1
.
1 .
. . ■ _
♦ ♦
1 _
. • j in
.� ��i�
.
rs
.
.
1
-
irk �
�:.. s.•r•••R.•••�♦•
� -
-
_ _
. • j in
.�
.
��i� rs
.
. 1
1 �
1
� ■ .
1 � .
1
�
. 1
arm
•
1
�
lip Jim
IMA1�i11A11 MMI�IIIi1NMNiNIIIMFlII
3.5.Om1tted
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 10
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Omitted.
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima -facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 10
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 10
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights -of -way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions
received after this day may not be responded to. Interpretations or clarifications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Documents.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
Address questions to:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attn: Quenell T. Johnson, P.E., Transportation and Public Works
Email: Quenell.johnson(&fortworthtexas.gov
Phone: 817-392-8618
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications may be posted via the City's electronic document management
and collaboration system at
https://www.fortworthtexas. og v/departments/finance/purchasing/bids-current
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
6.4. A prebid conference may be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five
(5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued
by a surety meeting the requirements of Paragraph 5.01 of the General Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of
Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or -Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or -
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non -responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https:Hcodelibrar.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents; additional copies may be
obtained from the City.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink.
Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A
Bid price shall be indicated for each Bid item, alternative, and unit price item listed
therein. In the case of optional alternatives, the words "No Bid," "No Change," or
"Not Applicable" may be entered. Bidder shall state the prices for which the Bidder
proposes to do the work contemplated or furnish materials required. All entries shall
be legible.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 10
13. Submission of Bids
Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
envelope, marked with the City Project Number, Project title, the name and address of
Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent
through the mail or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
14. Withdrawal of Bids
14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may
be withdrawn prior to the time set for bid opening. A request for withdrawal must be
made in writing and delivered to the Purchasing Office to receive a time stamp prior
to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if
the request is within one hour of bid opening, will not be read aloud and will
thereafter be returned unopened.
14.2. In the event any Bid for which a withdrawal request has been timely filed has been
inadvertently opened, said Bid and any record thereof will subsequently be marked
"Withdrawn" and will be given no further consideration for the award of contract.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 10
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City. City. City may award contracts to more than one bidder,
lowest to highest, but is not required to award to all bidders.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
0021 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102906
Revised/Updated November 2, 2021
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 3513
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIQ (Conflict of Interest Questionnaire) (state.tx.us)
https://www.ethics.state.tx.us/data/forms/conflict/CIS.pd
❑ CIQ Form does not apply
❑ CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
❑ CIS Form does not apply
❑ CIS Form is on File with City Secretary
® CIS Form is being provided to the City Secretary
BIDDER: Traffic Highway Maintenance, LLC.
By: Keith R ' ater
Signature:
Title: President
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 On -Call Pavement Markings Contract
Revised February 24, 2020 CPN 102906
0041 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: 2022 On -Call Pavement Markings Contract
City Project No.: 102906
Units/Sections: Base Bid
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-
competitive levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
2022 On -Call Pavement Markings Contract
CPN 102906
0041 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types m st be performed only by prequalified contractors and
subcontractors:
a. None
b. -
C. -
d. -
e. -
f. -
g. -
h. -
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within the number of days specified in each task order.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones) within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety m eting the requirements of Paragraph e
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
2022 On -Call Pavement Markings Contract
CPN 102906
00 41 00
BID FORM
Page 3 of 3
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In
the space provided below, please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3.
Total Bid
7. Bid Submittal
This Bid is submitted on
Respectfull mit�
By:
(Signature)
Keith Rainwater
(Printed Name)
Title: President
Company: Traffic Highway Maintenance, LLC.
Address: 930 KCK Way
Cedar Hill, TX 75104
State of Incorporation:
Email: keith@thmtx.com
Phone: (469) 523-0180
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
$0.00
by the entity named below.
Receipt is acknowledged of the
following Addenda:
Addendum No. 1:
Corporate Seal:
2022 On -Call Pavement Markings Contract
CPN 102906
From: Hadley -McGhee, Michelle
To: Keith Rainwater
Cc: Johnson. Ouenell; TPW Contracts
Subject: RE: CPN 102906 2022 On -Call Pavement Markings [THM], Question on Bid Form 00 41 00
Date: Wednesday, March 8, 2023 8:54:00 AM
Attachments: image004.pna
image006.pna
03/08/2023
Good morning Keith.
Thank you for the prompt reply. The explanation will be attached to the document for
our legal department's awareness. The electronic contract file is being prepared and
will be sent out to you later this morning.
If there are questions or concerns, please do not hesitate to contact me. Again, thank
you.
29pprQeia ti v,c
Mich,elllz DHMe( hcc
Contract Compliance Specialist
TPW
City of Fort Worth
200 Texas St. * Ft Worth, TX 76102
817-392-7233
Michelle.Hadley-McGhee@fortworthtexas.gov
From: Keith Rainwater <Keith@thmtx.com>
Sent: Tuesday, March 7, 2023 2:00 PM
To: Hadley -McGhee, Michelle <Michelle.Hadley-McGhee@fortworthtexas.gov>
Cc: Johnson, Quenell <Quenell.Johnson@fortworthtexas.gov>; TPW Contracts
<TPWContracts@fortworthtexas.gov>
Subject: RE: CPN 102906 2022 On -Call Pavement Markings [THM], Question on Bid Form 00 4100
CAUTION: This email originated from outside of the City of Fort Worth email system. Do not click any links or open
attachments unless you recognize the sender and know the content is safe.
Michelle,
I'm sorry, I misunderstood and should have only signed for one addendum, please process the contract.
Please let me know if you need anything else from me.
Thank you,
Keith Rainwater
Managing Partner
930 KCK Way
Cedar Hill, TX 75104
O: (469) 523-0180
F: (469) 523-0181
C: (817) 999-8000
www.thmtx.com
THM
From: Hadley -McGhee, Michelle <Michelle. Had ley-McGhee(@fortworthtexas.gov>
Sent: Monday, March 6, 2023 12:09 PM
To: Keith Rainwater <Keith(@thmtx.com>
Cc: Johnson, Quenell<Quenell.Johnson(@fortworthtexas.gov>; TPW Contracts
<TPWContracts(@fortworthtexas.gov>
Subject: CPN 102906 2022 On -Call Pavement Markings [THM], Question on Bid Form 00 4100
Importance: High
03/06/2023
Good afternoon Keith.
I'm in the process of reviewing & setting up the electronic contract file to be sent out for your
review & execution, and circling back to asking the reason for initialing all 4 of the Addendum
Acknowledgment boxes. I did not find any communications from Traffic Highway Maintenance
(THM) on why all 4 Addendum acknowledgment boxes were initialed, when there was only one
(1) Addendum issued. I'd begun to ask this question some time ago, however, since there was
question from the Vendor on being awarded the contract, my question likely was not sent out
for addressing.
At this time, please provide explanation as to why the Vendor acknowledged receipt of four (4)
Addenda to the project, when only one (1) Addendum had been issued for the bid? Your
prompt reply is needed.
004243
MD PROPOSAL
Peg. 1 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project Item Information
Bidder's Proposal
Unit l - Base Bid
Bidlist Item
No.
Description
Specification
Section No.
Unit of
Measure
Bid
Quantity
Unit Price
Bid Value
l
Furnish/Install 4" Solid While, Spray Thermoplastic (90 mil.)
32 1723
LF
15,000
$0.75
$ 11,250.00
2
Fumish/Install4" Solid Yellow, Spray Thermoplastic (90 mil.)
32 1723
LF
15,000
$0.75
$ 11,250.00
3
FurislAnstall 4" Dash White, Spray Thermoplastic (90 mil.)
32 1723
LF
15,000
$0.85
$ 12,750.00
4
Fumish/Install4" Dash Yellow, Spray Thermoplastic (90 mil.)
32 1723
LF
15,000
$0.85
$ 12,750.00
5
Fumish/Install 4" Dot White, Spray Thermoplastic (90 mil.)
32 1723
LF
5,000
$2.00
S 10,000.00
6
Fumish/Install 4" Dot Yellow, Spray Thermoplastic (90 mil.)
32 1723
LF
5,000
S2.00
$ 10,000.00
7
Fumish/Install4" White, 3M, A3801 ES, Stamark Brand Tape
32 1723
LF
5,000
S4.35
$ 21,750.00
8
Fumish/Install4" Yellow, 3M, A3801 ES, Stamark Brand Tape
32 1723
LF
5,000
S4.35
$ 21,750.00
9
Fumish/Install 6" Solid Yellow or White, Spray Thermoplastic (90 mil.)
32 1723
LF
15,000
SO.85
$ 12,750.00
10
Fumish/Install 6" Dash White, Spray Thermoplastic (90 mil.)
32 1723
LF
15,000
SO.95
$ 14,250.00
11
FumishQnstall 6" Dot White, Spray Thermoplastic (90 mil.)
32 1723
LF
15,000
S2.00
$ 30,000.00
12
Fumish/Install6" White, 3M, A3801 ES, Stamark Brand Tape
32 1723
LF
2,500
S5.85
$ 14,625.00
13 lFurnishfinstall6"
Yellow, 3M, A3801 ES, Stamark Brand Tape
32 1723
LF
2,500
$5.85
S 14,625.00
14
FumishMstall8"Solid White, Spray Thermoplastic (90 mil.)
321723
LF
15,000
$1.37
S 20,550.00
15
Fumish/Install 8" White, 3M, A3801 ES, Stamark Brand Tape
32 1723
LF
2,500
$9.00
$ 22,500.00
16
FumislOnstall 8" Yellow, 3M, A3801 ES, Stamark Brand Tape
32 1723
LF
2,500
S9.00
S 22,500.00
17
Fumish/Install 12" White, 3M, A3801 ES, Stamark Brand Tee
32 1723
LF
2,500
$10.85
$ 27,125.00
18
Fumish/Install 12" Yellow, 3M, A3801 ES, Stamark Brand Tape
32 1723
LF
7,500
S10.85
$ 81,375.00
19
Remove Thermoplastic Contrast or Preformed ARROW
32 1723
EA
150
S80.00
S 12,000.00
20
Remove Thermoplastic Contrast or Preformed ONLY
32 1723
EA
150
S95.00
S 14,250.00
21
Remove Thermoplastic Contrast or Preformed BIKE
32 1723
EA
150
$75.00
$ 11,250,00
22
Remove Thermoplastic Contrast or Preformed YIELD
32 1723
EA
ISO
$85.00
S 12,750.00
23
Remove Thermoplastic Preformed (12 Feet Wide, Bus Red)
32 1723
SF
ISO
$3.00
S 450.00
24
Fumish/Install 4" Reflective Marker, Type I -A
32 1723
EA
2,500
$4.45
S 11,125.00
25
Fumishfinstall4" Reflective Marker, Type 1-C
32 1723
EA
2,500
$4.45
S 11,125.00
26
Fumishfinstall4" Reflective Marker, Type II -A -A
32 1723
EA
2,500
S4.45
S 11,125.00
27
Fumish/Install4" Reflective Marker, Type II-C-R
32 1723
EA
2,500
S4.45
S 11,125.00
28
Remove 4" White 0,Yellow Thermoplastic Preformed, Contract, Spray
32 1723
LF
1,000
SOAS
S 450.00
29
Remove 6" White or Yellow Thermoplastic Preformed, Contract, Spray
32 1723
LF
1,000
$0.45
S 450.00
30
Remove 8" White or Yellow Thermoplastic Preformed, Contract, Spray
32 1723
LF
1,000
$1.10
S 1,100.00
31
Remove Thermoplastic Railroad Legend, Including X, RR, and Three (3) 24" Stop Bars
32 1723
EA
2,500
$200.00
S 500,000.00
32
Remove Thermoplastic Lane Legend Preformed, Contrast, Spray
32 1723
EA
2,500
S75.00
S 187,500.00
33
Remove 12" White or Yellow Thermoplastic Preformed, Contrast, Spray
32 1723
LF
2,500
$1.35
$ 3,375.00
34
Remove 18" White Thermoplastic Preformed, Contrast, Spray
32 1723
LF
2,500
$1.35
$ 3,375.00
35
Remove 24" White Thermoplastic Preformed, Contrast, Spray
32 1723
LF
2,500
S2.70
$ 6,750.00
36
Furnishlinstall FG 300 Interstate Grade Curb Sections/FG 336 EFX POST with 2-3" White or Yellow Wraps/FG 300
32 1723
LF
250
$327.00
$ 81,750.50
37
Fumishlinstall4" Thermoplastic - Contrast Markings (125 mil.) White or Yellow, Solid or Sldp Line
32 1723
LF
1,000
$5.95
$ 5,950.00
38
Fumishlinstall6" Thermoplastic - Contrast Markings (125 mil.) White or Yellow, Solid or Sldp Line
32 1723
LF
1,000
$6.25
$ 6,250.00
39
Fumishlinstall 8" Thermoplastic - Contrast Markings (125 mil.) White or Yellow, Solid or Skip Line
32 1723
LF
1,000
$11,85
S 11,850.00
40
Furnishlinstall4" Multipolymer White or Yellow, Solid or Skip Line, Dot
32 1723
LF
2,500
$1.85
S 4,625.00
41
Furnishlinstall6" Mulfipolymer White or Yellow, Solid or Skip Line, Dot
32 1723
LF
2,500
$2.35
S 5,875.00
42
Fumishlinstall 8" Mulfipolymer White or Yellow, Solid Line
32 1723
LF
1,000
S3.25
S 3,250.00
43
Fumishlinstall 12" Mulfipolymer White, Solid Line
32 1723
LF
1,000
S4.75
$ 4,750.00
44
Fumish/Install 24" Mulfipolymer White, Solid Line
32 1723
LF
1,000
$9.75
$ 9,750.00
45
Remove 4" or 6" White or Yellow Mulfipolymer
32 1723
LF
1,000
$0.55
$ 550.00
46
Remove 8" White or Yellow Multipolymer
321723
LF
1,000
$1.10
$ 1,100.00
47
Remove 12'White orYellow Multipol er
321723
LF
1,000
$1,35
S 1,350.00
48
Remove 18" White Mulfipolymer
32 1723
LF
1,000
$1.65
$ 1,650.00
49
Remove 24" White Mulfipolymer
32 1723
LF
1,000
$2.65
S 2,650,00
50
Remove 4", 6" or 8" White or Yellow Thermoplastic (Contrast) (125 mil.)
32 1723
LF
1,000
$1.35
S 1,350.00
51
FumishlinstallAexcelWhite Chlorinated Zone Marking Paint l2W-Dl10
32 12 16
LF
1,000
$1.25
$ 1,250.00
52
Remove Aexoel White Chlorinated Zone Marking Paint 12W-Dl10
32 12 16
LF
1,000
$1.25
$ 1,250.00
53
Fumishlinstall4" Polyurea, White, Solid or Skip Line
32 1723
LF
15,000
$2.50
$ 37,500.00
54
Furnishlinstall6" Polyurea, White or Yellow, Solid or Skip Line
32 1723
LF
15,000
$3.00
$ 45,000.00
55
Furnish/Install 8" Polyurea, White or Yellow, Solid Line
32 1723
LF
15,000
$4.00
$ 60,000.00
56
Furnish/Install 12" Polyurea, White, Solid Line
32 1723
LF
15,000
$6.00
$ 90,000.00
57
Fumish/Install 18" Polyurea, White or Yellow, Solid or Skip Line
32 1723
LF
15,000
$9.00
$ 135,000.00
58
Fumish/Install 24" Polyurea, White or Yellow, Solid Line
32 1723
LF
15,000
$12.00
$ 180,000.00
59
FurnishlInstall 24" Polyurea (Contrast)
321723
LF
15,000
$17.00
$ 255,000.00
60
Fumish/Install 6" Dot Polyurea
32 1723
LF
15,000
$3.55
$ 53,250.00
61
Fumish/Install 8" Dot Polyurea
32 1723
LF
15,000
$4.55
$ 68,250.00
62
FumishlInsta812" Dot Polyurea
32 1723
LF
15,000
$7.25
$ 108,750.00
63
Fumish/Install 18" Dot Polyurea
32 1723
LF
15,000
$9.25
S 138,750.00
64
FumisWlnstall4" Preformed Thermoplastic (125 mil.) White, Solid or Skip Line
32 12 16
LF
1,000
$2.65
S 2,650.00
65
Furish/Install6" Preformed Thermoplastic (125 mil.) White or Yellow, Solid or Skip Line
32 1723
LF
1,000
$3.75
$ 3,750.00
66
Furnish/Install 8" Preformed Thermoplastic (125 mil.) While or Yellow, Solid Line
1 32 1723
1 LF
1,000
S4.70
$ 4,700.00
67
Fumish/Install 12" Preformed Thermoplastic (125 mil.) White, Solid Line
32 1723
LF
1,000
S7.50
$ 7,500.00
68
Furnish/Install24" Preformed Thermoplastic (125 mil.) While or Yellow, Solid Line
32 1723
LF
1,000
$15.00
$ 15,000.00
69
Furish/Install24" Preformed Thermoplastic (Contrast)
32 1723
LF
1,000
$15.00
$ 15,000.00
70
Furnish/Install Polyurea (Single Head Curve Arrows, BIKE, BUS, or ONLY's)
32 1723
EA
100
$375.00
$ 37,500.00
71
Fumish/Install Polyurea (Single Head Straight Arrows)
32 1723
EA
100
S375.001
$ 37,500.00
CrrY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
R-d 9/302021
2022 On-C,11 P-ml Martmge C"nln.l
CPN 102906
00 4243
DID PROPOSAL
Peat 2 of l
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project Item Information
Bidder's Proposal
Unit 1 - Base Bid
Bidlist Item
No
Description
Specification
Section No.
Unit of
Measure
Bid
Quantity
Unit Price
Bid Value
72
Furnish/Install Polyurea (Lane Reduction Arrows, 12' Long)
32 1723
EA
50
$575.00
$ 28,750.00
73
Furnish/Install Polyurea (Double Head Combo Arrows)
32 1723
EA
50
S545.00
$ 27,250.00
74
Furnish/Install Polyurea (Triple Head Combo Arrows)
32 1723
EA
50
S745.00
S 37,250.00
75
Fumish/lnstall Polyurea (Rail Road (X & RR), Including Three (3) 34" Stop Bars)
32 1723
EA
50
$1,200.00
S 60,000.00
76
Furnish/Install Polyurea (36 x 24, Yield Symbol)
32 1723
EA
50
$200.00
$ 10,000.00
77
Furnish/Install Polyurea (Bike, Shared, Includes Bike Symbol and Two (2) Sharrow Markings)
32 1723
EA
50
S500.001
S 25,000.00
78
Furnish/Install Polyurea (Bike, Includes Bike Symbol Only)
32 1723
EA
50
$350.00
S 17,500,00
79
Fumish/Install Polyurea (Bike, Arrow, Includes 1 Straight Arrow Only, 6l
32 1723
EA
50
S500.00
S 25,000.00
80
Fumish/lnstall Thermoplastic Preformed (125 mil.) (Single Head Curve Arrows, BIKE, BUS, or ONLY's)
32 1723
EA
75
S300.00
S 22,500.00
81
Fumish/Install Thermoplastic Preformed (125 mil.) (Single Head Straight Arrows)
32 1723
EA
50
$285.00
S 14,250.00
82
Fumish/lnstall Thermoplastic Preformed (125 mil.) (Lane Reduction Arrows, 12' Long)
32 1723
EA
50
S500.00
S 25,000.00
83
Fumish/Install Thermoplastic Preformed (125 mil.) (Double Head Combo Arrows)
32 1723
EA
50
S500.00
S 25,000.00
84
Furnish/Install Thermoplastic Preformed (125 mil.) (Triple Head Combo Arrows)
32 1723
EA
50
$645.00
S 32,250.00
85
Furnish/Install Thermoplastic Preformed (125 mil.) (Rail Road (X & RR), Including Three (3) 24" Stop Bars)
32 1723
EA
50
S885.00
$ 44,250.00
86
FumislAnstall Thermoplastic Preformed (125 mil.) (36 x 24, Yield Symbol)
32 1723
EA
50
$68.00
$ 3,400.00
87
FurnislAnstall Thermoplastic Preformed (90 mil.) (Bike, Shared, Includes Bike Symbol and Two (2) Sharrow Markings)
32 1723
EA
50
$400.00
S 20,000.00
88
Furnish/install Thermoplastic Preformed 90 mil.) Bike, Includes Bike Symbol Only)
32 1723
EA
50
$300.00
$ 15,000.00
89
Fumish/Install Thermoplastic Preformed (125 mil.) (Bike, Arrow, Includes 1 Straight Arrow Only, 6)
32 1723
EA
75
$400.00
$ 30,000,00
90
Furnish/Install Thermoplastic Preformed (90 mil.) (5 Feet Wide, Bike Green, Premark Brand) Including Sealer, Must Use 2 Part
Sealer
32 1723
LF
500
S125.00
S 62,500.00
91
Furnish/Install Thermoplastic Red Bus Lane Markings (Preform)
32 1723
SF
50
S125.00
S 6,250.00
92
Fumish/Install Thermoplastic Red Bus Lane Markings (Epoxy)
32 1723
SF
50
S100.00
S 5,000.00
93
Remove Thermoplastic 36 x 24 Yield Symbol
32 1723
EA
250
S38.00
S 9,500.00
94
Furnish/Install 4" Type 11 White C/C or Yellow A/A Round Ceramic Button
32 1723
EA
250
$5.50
S 1,375.00
95
Furnish/Install 6" Type 11 White C/C or Yellow A/A Round Ceramic Button
32 1723
EA
50
$25.00
S 1,250.00
96
Furnish/Install 8" Type 11 White C/C or Yellow A/A Round Ceramic Button
32 1723
EA
50
$75.00
S 3,750.00
97
Install 8" Type II White C/C or Yellow A/A Ceramic Button
32 1723
EA
50
S75.00
$ 3,750.00
98
Furnish/Install Bike Lane Separators - Zebra 13 (Option 1)
32 1723
EA
50
S175.00
S 8,750.00
99
Fumish/Install Bike Lane Separators - Zebra 9 (Option 2)
32 1723
EA
50
$155.00
$ 7,750.00
100
Remove Temp TAB
32 1723
EA
50
$2.00
S 100.00
101
Furnish/Install Button Type Flex Stake
32 1723
EA
50
$69.75
S 3,487.50
102
Remove 4" ReB Traffic Button
32 1723
1 EA
50
S3.30
$ 165.00
103
Remove 6" ReB Traffic Button
32 1723
EA
50
$4.65
$ 232.50
104
Remove 8" ReB Traffic Button
32 1723
EA
50
$7.85
$ 392,50
105
Remove Bike Lane Separators
32 1723
EA
50
$38.50
$ 1,925.00
106
Prep and Seal Pavement Surface for 4" Markings (6'�
32 1723
LF
1,000
$0.50
S 500.00
107
Prep and Seal Pavement Surface for 8" Markings
32 1723
LF
1,000
S0.75
S 750.00
108
Prep and Seal Pavement Surface for 12" Markings
32 1723
LF
1,000
$1.25
S 1,250.00
109
Prep and Seal Pavement Surface for 18" Markings
32 1723
LF
1,000
$2.00
S 2,000.00
110
Prep and Seal Pavement Surface for 24" Markings
32 1723
LF
1,000
S2.55
$ 2,550.00
III
Prep and Seal Pavement Surface for Rail Road (X & RR), Including Three (3) 24" Stop Bars
32 1723
EA
100
$165.00
S 16,500.00
112
Prep and Seal Pavement Surface for 36 x 24, Yield Symbol
32 1723
EA
100
$17.50
S 1,750.00
113
Prep and Seal Pavement Surface for BUS
32 1723
EA
100
$65.00
S 6,500.00
114
Prep and Seal Pavement Surface for LANE
32 1723
EA
100
$85.00
$ 8,500.00
115
Prep and Seal Pavement Surface for ONLY
32 1723
EA
100
$85.06
$ 8,500.00
116
Prep and Seal Pavement Surface for YIELD
32 1723
EA
100
S95.00
S 9,500.00
117
Prep and Seal Pavement Surface for Arrow
32 1723
EA
100
S55.00
S 5,500.00
118
Prep and Seal Pavement Surface for Bike, Shared, Includes Bike Symbol and Two (2) Sharrow Markings
32 1723
EA
100
$75.00
S 7,500.00
119
Prep and Seal Pavement Surface for Bike, Includes Bike Symbol Only
32 1723
EA
100
$55.00
$ 5,500.00
120
Prep and Seal Pavement Surface for Bike, Arrow, Includes 1 Straight Arrow Only, 6'
32 1723
EA
500
S55.00
S 27,500.00
121
Prep and Seal Pavement Surface for 5 Feet Wide, Bike Green, Premark Brand Including Sealer
32 1723
LF
500
S5.50
S 2,750.00
122
Prep and Seal Pavement Surface for BIKE (without Bike Symbol)
32 1723
EA
100
$85.00
$ 8,500.00
123
Prep and Seal Pavement Surface for 12 Feet Wide, Bus Red
32 1723
EA
100
S225.00
S 22,500.00
124
Prep and Seal Pavement Surface for Bike Lane Separators
32 1723
EA
100
$75.00
$ 7,500.00
125
FumisWlnstall Yellow 36" Delineators
32 1723
EA
100
$125.00
S 12,500.00
126
FurnisWlretall White 36" Delineators
32 1723
EA
100
$125.00
S 12,500.00
127
Remove Yellow, White 36" Delineators
32 1723
EA
100
$100.00
$ 10,000.00
128
Remove FG 300 Interstate Grade Curb Sections/FG 336 EFX POST with 2-3" White or Yellow Wraps/FG 300Interstate Grade
Curb and End Caps/Asphalt or Concrete Anchors 4 per Curb & Base
32 1723
EA
100
$55.00
$ 5,500.00
129
Fumish/Irkstall4" Extrude Thermoplastic (125 mil.) White or Yellow, Solid or Dash Line
32 1723
LF
1,500
$0.95
S 1,425.00
130
Furnish/Install 8" Extrude Thermoplastic (125 mil.) White or Yellow, Solid Line
32 1723
LF
100
$2.00
S 200.00
131
Furnish/Install 12" Extrude Thermoplastic (125 mil.) White or Yellow, Solid Line
32 1723
LF
500
$3.00
S 1,500.00
132
Furnish/Install 18" Extrude Thermoplastic (125 mil.) White or Yellow, Solid Line
32 1723
LF
1,000
$4.50
$ 4,500.00
133
Fumish/Install24" Extrude Thermoplastic (125 mil.) White, Solid Line
32 1723
LF
100
$6.65
S 665.00
134
Fumish/Install4" Spray Thermoplastic - Contrast Markings (125 mil.) White or Yellow, Solid or Skip Line
32 1723
LF
100
$5.50
S 550.00
135
Fumish/Install6" Spray Thermoplastic - Contrast Markings (125 mil.) White or Yellow, Solid or Skip Line
32 1723
LF
100
S6.60
$ 660.00
136
Furnish/Install 8" Spra Thermoplastic - Contrast Markings (125 mil.) White or Yellow, Solid Line
32 1723
LF
100
$8.85
$ 885.00
137
Fumish/lnstall 12" Spray Thermoplastic -Contrast Markings (125 mil.) White or Yellow, Solid Line
32 1723
LF
100
$16.55
S 1,655.00
138
Furrish/Install 18" Spray Thermoplastic - Contrast Markings (125 mil.) White or Yellow, Solid Line
32 17 23
LF
100
$26.25
$ 2,625.00
139
FumisWlusta1124" Spray Thermoplastic - Contrast Markings (125 mil.) White or Yellow, Solid Line
32 17 23
LF
100
$33.05
$ 3,305.00
140
Furnlsh/Install Thermoplastic Preformed - Contrast (125 mil.) (Single Head Curve Arrows, BIKE, BUS, or ONLY's)
32 1723
EA
50
$385.00
S 19,250.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcv 9/302021
2022 On -Call Paeraem Markinae Contract
CPN 102906
00 42 43
BID PROPOSAL
Page 3 or3
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Item Information
Bidders Proposal
Unit I - Base
Bid
Bidlisl hem
No.
-
Description
Specifieation
Section No.
Unit of
Measure
Bid
Quantity
Unit Price
Bid Value
141
Furnish/Install Thermoplastic Preformed - Contrast (125 mil.) (Single Head Straight Arrows)
32 1723
EA
50
$385.00
S 19,250.00
142
Fumish/Inslall Thermoplastic Preformed - Contrast (125 mil.) (Lane Reduction Arrows, 12' Long)
321723
EA
50
$600.00
$ 30,000.00
143
Furnish/Install Thermoplastic Preformed - Contrast (125 mil.) (Double Head Combo Arrows)
32 1723
EA
50
S500.00
$ 25,000.00
144
Furnish/Install Thermoplastic Preformed - Contrast (125 mil.) (Triple Head Combo Arrows)
32 17 23
EA
50
$775.00
$ 38,750.00
145
FumishMstall Thermoplastic Preformed - Contrast (125 mil.) (Rail Road (X & RR), including Three (3) 24" Stop Bars)
32 1723
EA
50
$1,200.00
$ 60,000.00
146
Fumish/Install Thermoplastic Preformed - Contrast (125 mil.) (36 x 24, Yield Symbol)
32 1723
EA
50
$125.00
$ 6,250.00
147
FumishMslall Thermoplastic Preformed - Contrast (90 mil.) (Bike, Shared, Includes Bike Symbol and Two (2) Sharow
Markings)$445.00
32 1723
EA
50
$ 22,250.00
148
FumishMstall Thermoplastic Preformed - Contrast (90 mil.) (Bike, Includes Bike Symbol Only)
32 1723
EA
50
$400.00
$ 20,000.00
149
Fumist✓Install Thermoplastic Preformed - Contrast (90 mil.) (Bike, Shared, Includes Two (2) Sharow Markings)
32 1723
EA
50
S445.00
$ 22,250.00
150
Fumisl✓Install Thermoplastic Preformed - Contrast (90 mil.) (Bike, Arrow, Includes 1 Straight Arrow Only)
32 1723
EA
50
S485.00
$ 24,250.00
151
Fumish/Install 12" White or Yellow - Contrast, 3M, A3801 ES, Stamark Brand Tape
32 1723
LF
100
S16.55
$ 1,655.00
152
Furnish/Install 18" Multipolymer White, Solid Line
32 1723
LF
1,500
S7.00
S 10,500.00
153
FurnishMstall Multipolymer (Single Head Curve Arrows, BIKE, BUS, or ONLY's)
32 17 23
EA
50
$200.00
S 10,000.00
154
FurnishMstall Multipolymer (Single Head Straight Arrows)
32 1723
EA
50
$200.00
S 10,000.00
155
Furnish/Install Multipolymer (Lane Reduction Arrows, 12' Long)
32 1723
EA
50
S500.00
$ 25,000.00
156
FumisWInstall Multipolymer Double Head Combo Arrows
32 1723
EA
50
S375.00
$ 18,750.00
157
Fumish/Install Multi of er (Triple Head Combo Arrows
32 1723
EA
50
$475.00
S 23,750.00
158
FumishMstall Multipolymer (Rail Road (X & RR), Including Tbree (3) 24" Stop Bars)
32 1723
EA
50
$1,000.00
S 50,000.00
159
FumisWlnstall Multipolymer (36 x 24, Yield Symbol)
32 1723
1 EA
50
S75.00
$ 3,750.00
160
Furnish/Install Multipolymer (Yield, Bike, Shared, Includes Bike Symbol and Two (2) Sharow Markings)
32 1723
EA
50
SI85.00
S 9,250.00
161
FumishMstall Multipolymer (Bike, Includes Bike Symbol Only)
EA
50
SI85.00
S 9,250.00
162
Fumishlinstall Multipolymer (Bike, Arrow, Includes 1 Straight Arrow Only, 61
EA
50
$185.00
S 9,250.00
163
FumishMstall Multipolymer (Single Head Curve Arrows or ONLY's)
EA
50
$200.00
S 10,000,00
164
Furnish/Install Multipolymer (Single Head Straight Arrows)
R17
EA
50
$200.00
$ 10,000.00
165
Fumish/Install Multipolymer (Lane Reduction Arrows, 12' Lung)
EA
50
$500.00
S 25,000.00
166
FumishMstall Multipol er (Double Head Combo Arows)
EA
50
$375.00
$ 18,750.00
167
FumishMstall Multipolymer (Triple Head Combo Arows)
EA
50
$475.00
S 23,750.00
168
FumishMstall Multipolymer (Rail Road (X & RR), Including Three (3) 24" Sto Bars)
EA
50
$1,000.00
$ 50,000.00
169
Famish/Install Multipolymer (5 Feet Wide, Bike Green, Premark Brand) Including Sealer, Must Use 2 Part Sealer
32 1723
LF
50
$125.00
$ 6,250.00
170
Remove Multipolymer Arrows Including Lane Reduction Arrows or ONLY or BIKE Symbol Pavement Legend
32 1723
EA
50
$100.00
$ 5,000.00
171
Remove Multipolymer Railroad Legend, Including X, RR, and Three (3) 24" Stop Bars
321723
EA
50
$300,00
$ 15,000.00
172
Remove 8" White or Yellow Multipolymer
321723
LF
300
$0.95
S 285.00
173
Remove 12" White or Yellow Multipolymer
32 17 23
LF
250
SI.35
S 337.50
174
Remove 24" White Multipolymer
32 1723
LF
250
$2.70
$ 675.00
175
Remove Multipolymer 36 x 24 Symbol (YIELD)
32 1723
EA
50
S16.55
S 827.50
176
Furrish/Install Multipolymer White (WORD)
32 17 23
LF
250
S200.00
S 50,000.00
177
Remove Multipolymer White (WORD)
32 17 23
LF
50
S50.00
$ 2,500.00
178
Remove Aexcel White Chlorinated Zone Marking Paint 12 W-DI10
32 12 16
LF
500
$0.55
$ 275.00
179
Portable Message Sign
3471 13
EA
50
$300.00
$ 15,000.00
180
Full Highway Closure per day - (NightfWmkend) - Traffic Control •
3471 13
EA
50
S7,850.00
$ 392,500.00
181
Traffic Control •
34 71 13
MO
3
S850.00
$ 2,550.00
182
Furnish Street Permit
01 7000
EA
I
$750.00
S 750.00
183
Railroad Flagmen
013513
WD
10
S2,150.00
S 21,500.00
184
Work Order Mobilization (SO-$25,000)
01 70 00
EA
1
S2,500.00
$ 2,500.00
185
Work Order Mobilization($25,000-S50,000)
017000
EA
1
$2,000.00
$ 2,000.00
186
Work Order Mobilization (S50,000-$ 150,000)
017000
EA
1
11,800.00
S 1,800.00
187
Work Order Mobilization ($150,000-$300,000)
017000
EA
1
$1,500.00
$ 1,500.00
188
Work Order Mobilization $300,000-$500,000)
017000
EA
1
S750.00
$ 750.00
Total - Base Bid S 4,520,802.50
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
R-imd 9/302021
2022 OnCcll P-1 Marking, Contraq
CPN 102906
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Page 1 of 2
That we, Traffic Highway Maintenance, LLC , known as
"Bidder" herein and SureTec Insurance Company a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as 2022 On -Call Pavement Markings Contract
NOW, THEREFORE, the condition of this obligation is such that If the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute
such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's
total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that If any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 3rd day of November 2022•
AT ES:
Witness as to Pr cipal
PRINCIPAL:
Traffic Highway Maintenance, LLC
BY: 7
Signature
K61:h R0i;*nu)a*er easiako+-
Name and Title
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
2022 On -Call Pavement Markings Contract
CPN 102906
VYftnys as to S rety Ryan Kinlin, Attorney -in -Fact
Attach Power of Attorney (Surety) for Attorney -in -Fact
00 43 13
BID BOND
Page 2 of 2
Address: 930 KCK Way
Cedar Hill, TX 75104
469-523-0180
SURETY:
SureTec Insurance Company
BY: sue.
Ignature
Karen L. Baylor, Attorney=ln-Fact___`
Name and Title
Address: 2103 CityWest Blvd., Suite 1300
Houston, TX 77042
Telephone Number:
713-812-0800
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is
awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 On -Call Pavement Markings Contract
Revised 9/30/2021 CPN 102906
POAy 4221895
JOINT LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having Its
principal office In the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state
of Illinois, and having Its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint:
Stephen Smith, Douglas X. Brewka, Byron R. Dudney, Cory Brooke, Brannon Brooke, Ryan Kinlin, Karen L. Baylor
Their true and lawful agent(s) and attorney(s)-In-fact, each In their separate capacity if more than one is named above, to make, execute, seal and deliver for and on
their own behalf, Individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking In suretyship provided; however,
that the penal sum of any one such Instrument executed hereunder shall not exceed the sum of:
Twenty Five Million and 00/100 Dollars ($25,000,000.00)
This Power of Attorney Is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec
Insurance Company and Markel Insurance Company:
"RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute
powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged -by any officer or attorney, of the
company, qualifying the attorney or attorneys named In the given power of attorney, to execute In behalf of, and acknowledge as the act and deed of the SureTec
Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto."
IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to behereuntoaffixed and these presents to be
signed by their duly authorized officers on the 21st day of oecembeF 1 2021 .
SureTec Insurance Company .1-
VpANC.
X ` OO
Pt 9�)v
By: *uJ 5 !2
Michael C. Kelinig, President 'p''. 1�
Commonwealth of Virginia
County of Henrico SS:
p[tturlu� Markel Insure ce Company
ma's$P&
SEAL tDDb=
R In Russo, Senior Vice President
'z'rrfllnrit�l\�,,
On this 21st day of December, 2021 A. D., before me, a Notary Public of the Commonwealth of Virginia, In and for the County of Henrico, duly commissioned and
qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described In, who executed the preceding
Instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid,
and that the seals affixed to the proceeding Instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were
duly affixed and subscribed to the said Instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of
said Companies referred to In the preceding Instrument is now In force. ,,pete�s11ertr1 ,
NOO/V,q'
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed mob 59aaFarthe C4 ltyof Henrico, the day and year first above written.
o : o��
2 MY By:
COMMISSION
n NUMBER Q
O : Donna Donavant, Notary Public
2i • 7083968 �.��' My commission expires 1/31/2023
We, the undersigned Officers of SureTec Insurance Company and Markerkgis* Nl li�6�y; q erby certify that the original POWER OF ATTORNEY of which the
foregoing Is•a full, true and correct copy Is still in full force and effect and ha00W4r4eteq rVyoklsd.
IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 3rd day of November 2022
Sur ec Insur ce C pan Markel Insurance Company
By
M, Br t Beaty, Assistant Secreta Richard R. Grinnan, Vice Preslderst aneu ary
Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. 4221895
For verification of the authority of this Power you may call (713)812-0800 on any business day between 8:30 AM and 5:00 PM CST.
SureTec Insurance Company
IMPORTANT NOTICE
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make
a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
Austin, TX 78759
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints
at 1-800-252- 3439. You may write the Texas Department of Insurance at:
PO Box 149104
Austin, TX 78714-9104
Fax#: 512-490-1007
Web: http://www.tdi.texas..qov
Email: Con sum erProtection@tdi.texas.gov
PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should
contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Texas Rider 8/2019
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction,
improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a
comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of
are not required to underbid resident bidders.
, our principal place of business,
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. K]
BIDDER: Traffic Highway Maintenance, LLC.
Date: 11 /02/2022
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 On -Call Pavement Markings Contract
Revised 9/30/2021 CPN 102906
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
M
0045 12 -1
PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 4512
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by
identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
major work type(s) listed.
Major Work TContractor/Subcontractor Company Name Prequalification
Type Expiration Date
None
The undersigned hereby certifies that the contractors and/or subcontractors described in
the table above are currently prequalified for the work types listed.
BIDDER:
Traffic Highway Maintenance LLC. By: Keith Rainwater
Company
930 KCK Way Signat
Address
Cedar Hill, TX 75104 Title:
City/State/Zip
(Please Print)
Date: 11 /02/2022
END OF SECTION
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised September 30, 2021
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 102906. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
Traffic Highway Maintenance LLC. By:
Company
930 KCK
Address
Sigr
Cedar Hill, TX 75104 Title: rresiaeni
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
h e I f R i�q &j a * P , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of /(iv v Ain enyqNe e for the purposes and
expressed
consideration thereinand in the capacity therein stated.
G N UND R MY HAND AND SEAL OF OFFICE this ,3 R1( day of
No v,- In AeR , 20Ou
N y PpSlic in and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
®�re•�- ,vvr,q��i���i
TAW;
.40
^^cL
• C
s
2022 ON -CALL PAVEMENT MARKINGS CONTRACT
CPN 102906
00 45 40 - 1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
3 APPLICATION OF POLICY
4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
6 (M/WBEs).
7
8 POLICY STATEMENT
9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
12 2020 (codified at: https:Hcodelibrga.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to
13 this bid.
14
15 BUSINESS EQUITY PROJECT GOAL
16 The City's Business Equity goal on this project is 5% of the total bid value of the contract (Base bid
17 applies to Parks and Community Services).
18
19 METHODS TO COMPLY WITH THE GOAL
20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
22 ordinance through one of the following methods: 1. Commercially useful services performed by a
23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6.
26 Prime contractor Waiver documentation.
27
28 SUBMITTAL OF REQUIRED DOCUMENTATION
29 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall
30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or
31 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City
32 business day after the bid opening date, exclusive of the bid opening date.
33
34 The Offeror must submit one or more of the following documents:
35 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if
37 participation is less than stated goal, or no Business Equity participation is accomplished;
38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
39 all subcontracting/supplier opportunities; or
40 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor-
41 Prot6g6 participation.
42
43 These forms can be found at:
44 Business Equity Utilization Form and Letter of Intent
45 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MW E/Business Equity Utilization
46 Form_DVIN 2022 220324.pdf
47
48 Letter of Intent
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised October 27, 2021
004540-2
Business Equity Goal
Page 2 of 2
1 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
2 2021.pdf
3
4 Business Equity Good Faith Effort Form
5 https://apps.fortworthtexas.zo�jectResources/ResourcesP/60 - MWBE/Good Faith Effort
6 Form _DVIN2022.pdf
7
8 Business Equity Prime Contractor Waiver Form
9 https://apps.fortworthtexas.gov�/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
10 Waiver-220313.pdf
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Business Equity Joint Venture Form
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture_220225.pdf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID
REJECTED.
FAILURE TO SUBMIT THE REQUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact The Business Equity Division of the Department of Diversity and
Inclusion at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised October 27, 2021
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on March 21, 2023, is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Traffic Highway Maintenance, LLC, authorized to do business in Texas, acting by
and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be
referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
2022 On -Call Pavement Markings Contract
CPN 102906
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of Five Million and 00/100 Dollars ($5,000,000.00).
Contract price may be adjusted by change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work will be issued on a task order basis and Final Acceptance of each task order will
be determined as that work is completed, plus any extension thereof allowed in accordance
with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and to
achieve Final Acceptance of the Work and City and the public will suffer from loss of use if
the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a legal
proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Five Hundred and 00/100
Dollars ($500.00) for each day that expires after the time specified in Paragraph 4.1 for Final
Acceptance until the City issues the Final Letter of Acceptance.
4.3 Renewal
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
The City may renew this Agreement for up to four (4) additional time periods under the same
terms, conditions, and unit prices. The City shall provide at least sixty (60) days' notice to
the Contractor of the City's intent to renew.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised 8/22/2022
00 52 43 - 2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non -Resident Bidder
3) Prequalification Statement
4) State aad Fedena doetiments
b. Current Prevailing Wage Rate Table
c. Insurance ACORD Form(s)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by any act, omission or negligence of the city.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised 8/22/2022
00 52 43 - 3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by any act,
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non -appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised 8/22/2022
00 52 43 - 4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government
Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from
entering into a contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company (with 10 or more
full-time employees) unless the contract contains a written verification from the company
that it: (1) does not boycott energy companies; and (2) will not boycott energy companies
during the term of the contract. The terms "boycott energy company" and "company" have
the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as
added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the
Government Code is applicable to this Agreement, by signing this Agreement,
Contractor certifies that Contractor's signature provides written verification to the
City that Contractor: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is
prohibited from entering into a contract for goods or services that has a value of $100,000 or
more which will be paid wholly or partly from public funds of the City, with a company (with
10 or more full-time employees) unless the contract contains a written verification from the
company that it: (1) does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association; and (2) will not discriminate during the
term of the contract against a firearm entity or firearm trade association. The terms
"discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed
to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th
Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not have a practice, policy, guidance, or directive that discriminates against a
firearm entity or firearm trade association; and (2) will not discriminate against a
firearm entity or firearm trade association during the term of this Agreement.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised 8/22/2022
00 52 43 - 5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third -Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third -party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on -site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised 8/22/2022
005243-6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor: Traffic Highway
Maintenance, LLC
By:
Keith Rainwater (Mar 31, 202313:44 CDT)
Signature
Keith Rainwater
(Printed Name)
President
Title
930 KCK Way
Address
Cedar Hill, Texas 75104
City/State/Zip
Mar 31, 2023
Date
City of Fort Worth
By:
William Johnson (Ap 14, 202314:08 CDT)
William M. Johnson
Assistant City Manager
Apr 14, 2023
Date
�portr°�cp
e �oo°s°P
Attest:
' l� V �,pp �/(qX\�A
/ =o
.. SmJts� PPa
°cnq�zn544
Jannette Goodall, City Secretary
(Seal)
M&C: 23-0226
Date: March 21, 2023
Form 1295 No.: 2022-958600
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Quenell T. Johnson (Mar 31, 202313:50 CDT)
Quenell Johnson, P.E.
Engineering Manager
Approved as to Form and Legality:
DBlack (Apr 14, 2023 09:24 GMT+2)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
Lauren Prieur (Apr 13, 2023 14:14 CDT)
Lauren L. Prieur, P.E., Interim Director,
Transportation and Public Works
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised 8/22/2022 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
006113-1
PERFORMANCL BOND
Page 100
2
1 SECTION 00 6113 Bond No. 4461450
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS.
6 COUNTY OF TARRANT §
7 That we, Traffic Highway Maintenance, LLC, known as "Principal" herein and SureTee
8 Insurance Company, a corporate surety duly authorized to do business in the State of Texas,
9 known as "Surety" herein (whether one or more), are held and firmly bound unto the City of .Fort
10 Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in
11 the penal sum of, Five Million and 00/100 Dollars ($5,000,000,00), lawful money of the United
12 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sutra well and
13 truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
14 jointly and severally, firmly by these presents.
15 WHEREAS, the Principal has entered into a certain written contract with the City
16 awarded the 211 day of March, 2023, which Contract is hereby referred to and made a part hereof
17 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
18 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
19 provided for in said Contract designated as 2022 On -Call Pavement Markings Contract, CPN
20 102906.
21 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
22 shall faithfully perform it obligations under the Contract and shall in all respects duly and
23 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
24 specifications, and contract documents therein referred to, and as well during any period of
25 extension of the Contract that may be granted on the part of the City, then this obligation shall be
26 and become null and void, otherwise to remain in full force and effect,
27 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
28 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
29 Worth Division,
30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
32 accordance with the provisions of said statue.
CrTY OF FORT WORTH 2O22 ON -CALL PAVEMENT WMUNGS CONTRACT
STANDARD CONSTRWnON SPEWICATION DOCUMENTS CPN 102906
Revised July 1, 2011
0061 13 - 2
PERFORMANCE BOND
Page 2 of 2
IN WITNESS WHERE, 01F, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 30th day of March
, 2023.
4
5
6
7
8
9
I0 ATTEST:
11
12
13 (Princi Secretary
14
15
16
17
18
19 >i ness as to Principal
20
21
22
23
24
25
26
27
28
29
30
31
32 �I
33 '
34 Witness as to Surety
35 Karen Baylor, Attorney -in -Fact
36
37
PRINCIPAL:
Traffic Highway Maintenan L
BY:
,Signature
f e I f L & ( �) c11�r7�:±2 f�ue5,
Name and Title
Address: 930 KCK Way
Cedar Hill, Texas 75104
SURETY:
SureTec Insurance Company
BY:
gnature
Ryan Kinlin, Attorney -in -Fact
Name and Title
Address: 2103 CityWest Blvd.
Suite 1300
Houston, Texas 77042
Telephone Number: 713-812-0800
38 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
39 from the by-laws showing that this person has authority to sign such obligation. if
40 Surety's physical address is different from its mailing address, both must be provided.
41 The date of the bond shall not be prior to the date the Contract is awarded.
42
CITY OF FORT WORTH 2022 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SI'H'C1F1CATION DOCUMENTS CPN 102906
Revised July 1, 2011
DO 61 14 - 1
PAYMENTHOND
Page l of
Bond No. 4461450
1 SECTION 00 6114
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRE,5ENTS:
6 COUNTY OF TA,RRANT §
7 That we, Traffic Highway Maintenance, LLC, known as "Principal" herein, and SureTec
B Insurance Company, a corporate surety, duly authorized to do business in the State of Texas,
9 known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Port
10 Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as
11 "City" herein, in the penal sum of Dive Million and 00/100 Dollars ($5,000,000.00), lawful
12 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of
13 which sum well and truly be made, we bind ourselves, our heirs, executors, administrators,
14 successors and assigns, jointly and severally, firstly by these presents:
15 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
16 21" day of March, 2023, which Contract is hereby referred to and made a part hereof for all
17 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other
18 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and
19 designated as 2022 On -Call Pavement Markings Contract, CPN I D2906.
20 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
21 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
22 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
23 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
24 force and effect.
25 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
26 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
27 accordance with the provisions of said statute.
28
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 10M
Revised July 1, 2011
5
6
7
8
9
10
11
12
006114-2
PAYMENT BOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 30th day of
3 March .2023.
4
ATTEST:
(Princ' Secretary
:5 ess as to Principal
PRINCIPAL:
Traffic High -wag Maintenan ,
BY: ///, 0
Signature
Name and Title
Address: 930 KCK Way
Cedar Hill, Texas 75104
SURETY:
SureTec Insurance Compan
ATTEST: BY: zz-c"
6
Si a e
_Ryan Kinlin, Attorney -in -Fact
(Suety) Secretary Name and Title
lv
Witness as to Surety
Karen Baylor, Attorney -in -Fact
Address: 2103 CityWest Blvd. Suite 1300
Houston, Texas 77042
Telephone Number: 713-812-0800
Note: If signed by an officer of the Surety, there mast be on file a certified extract from the
bylaws showing that this person has authority to sign such obligation. If Surety's physical
address is different from its inailin.g address, both trust be provided,
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECEZCATION DOCUMENTS CPN 102906
Revised July 1, 2011
POA# 4221895
JOINT LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having Its
principal office in the County of Harris, Texas and Markel Insurance Company {the "Company"), a corporation duly organized and existing under the laws of the state
of Illinois, and having its principal administrative office In Glen Allen, Virginia, does by these presents make, constitute and appoint:
Stephen Smith, Douglas X, Brewka, Byron R. Dudney, Cory Brooke, Brannon Brooke, Ryan Kinlin, Karen L. Baylor
Their true and lawful agent(s) and attorney(s)-In-fact, each In their separate capacity if more than one is named above, to make, execute, seal and deliver for and on
their own behalf, individually as a surety or Jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking In suretyship provided, however,
that the penal sum of anyone such instrument executed hereunder shall not exceed the sum of;
Twenty Five Million and 00/100 Dollars ($25,000,000.00)
This Power of Attorney Is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of 5ureTec
Insurance Company and Markel Insurance Company:
"RESCILVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer
and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or
acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute In behalf of, and
acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of
suretyship, and to affix the corporate seal thereto."
IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be
signed by their duly authorized officers on the 27th day of January , 2023 .
SureTec Insurance Company
�k-w
By.
Michael C. Keimig, President ''mil••-•• ''
'�' ��`�`
State of Texas
County of Harris;
On this 271h day of January , 2023 A. D,, before me, a Notary Public of the State of Texas, In and for the County of Harris, duly commissioned and qualified,
came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and
they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the
seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed
and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said companies
referred to in the preceding instrument is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written.
i,q A.... JULIR E. MCCLARY �n
_� Notary Public State of Texas By; I y �C
Commission # 12947680-5
"J -,... fit= IJ le E, Mctlary, Notary Public
' °f„•"' Commission Wes Marcie 29, 2026
y commission expires 3/29/2026
We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the
foregoing is a full, true and correct copy is still in full force and effect and has not been revoked.
IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 30th day of March 2023
Wirc(nt
Company
e '
istant Secretary
Any Instrument Issued In excess of the penalty stated above Is totally void and without any.vOidity, 4221895
For verfication of the authority of this Power you may call (113)812-0800 on anY liuslne'ss day between 830 AM and 5:00 PM CST,
Markel Insurance Company
SureTec Insurance Company
IMPORTANT NOTICE
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or
to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9500 Arboretum Blvd., Suite
400
Austin, TX 78759
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or
complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at:
PO Box 149104
Austin, TX 78714-
9104
Fax#: 512-490-1007
Web: htti2://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you
should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of
Insurance.
SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1
0061 19- 1
MAIlVTENANCE BOND
Pago I of
Bond No. 4461450
1 SECTION 00 611119
2 MADMNANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Traffic Highway Maintenance, LLC, known as ".principal" herein and SureTec
9 Insurance Company, a corporate surety (sureties, if more than one) duly authorized to do business
10 in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound
11 unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of
12 Texas, known as "City" herein, in the sum of Five Million and 00/100 Dollars ($5,000,000.00),
13 lawful money of the United States, to 6e paid in Fort Worth, Tarrant County, Texas, for payment
14 of which sum well and truly be made unto the City and its successors, we bind ourselves, our
15 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
16 presents,
17
18 YAWREAS, the Principal has entered into a certain written contract with the City awarded
19 the 21 a day of March, 2023, which Contract is hereby referred to and a made part hereof for all
20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly
22 authorized Change Order (collectively herein, the "Work") as provided for in said contract and
23 designated as 2022 On -Call Pavement Markings Contract, CPN 102906; and
24
25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
26 accordance with the plans, specifications and Contract Documents that the Work is and will
27 remain free from defects in materials or workmanship for and during the period of two (2) years
28 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
29
30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
31 upon receiving notice from the City of the need therefor at any time within the Maintenance
32 Period.
33
CITY OF FORT WORTH 2On ON -CALL PAVEMENT MARKINGS CONTRACT
1`ANDARD MN4STRiIL'7`IOA SPECMCATIO]T CPN 102906
R"Isal July 1, 2011
006119-2
MAINTENANCE BOND
Page 2 of 3
1 NOW THEREFORE, the condition of this obligation is such that if Principal shall
2 remedy any defective Work, for which tamely notice was provided by City, to a completion
3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
4 full force and effect,
5
6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to
8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
9 the Surety under this Maintenance bond; and
to
1 l PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
13 Worth Division; and
14
15 PROVIDED FURTHER, that this obligation shall be continuous 6 nature and
16 successive recoveries may be had hereon for successive breaches,
17
1s
t9
CITY OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION -SPECIFICATION -DOCUMENTS CPN 102W
Revised July 1, 201 I
00 61 19 - 3
MAINTENANCE BOND
Page 3 of 3
I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 30th day of March
3 , 2023.
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
71�1`
"PI e1pa1 a atary
Hess as to Principal
ATTEST:
PRINCIPAL:
Traffic highway Maintena e, L
BY:
Signatu
ffeiA Pats
Name and Title
Address: 930 KCK Way
Cedar Hill, Texas 75104
SURETY:
SureTec Insurance Company
ZBY: _
S' ature
Ryan Kinlin, Attorney -in -Fact
Name and Title
Address: 2103 CityWest Blvd., Suite 1300
(Surety) Secretary Houston, Texas 77042
Witness as to Surety 0 Telephone Nmnber: 713-812-0800
Karen Baylor, Attorney -in -Fact
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
C17Y OF FORT WORTH 2O22 ON -CALL PAVEMENT MARKINGS CONTRACT
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102906
Revised July 1, 2011
POA# 4221895
.JOINT LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the iaws of the State of Texas and having its
principal office In the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state
of Illinois, and having its principal administrative office In Glen Allen, Virginia, does by these presents make, constitute and appoint;
Stephen Smith, Douglas X. Brewka, Byron R. Dudney, Cory Brooke, Brannon Brooke, Ryan Kinlin, Karen L. Baylor
Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity If more than one is named above, to make, execute, seal and deliver for and on
their own behalf, Individually as a surety or Jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however,
that the penal sum of any one such instrument executed hereunder shall not exceed the sum of:
Twenty Five Million and 00/100 Dollars ($25,000,000.00)
This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec
Insurance Company and Markel Insurance Company:
"RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer
and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or
acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named In the given power of attorney, to execute in behalf of, and
acknowledge as the act and deed of the SureTec Insurance Company and Markei Insurance Company, as the case may be, all bond undertakings and contracts of
suretyship, and to affix the corporate seal thereto."
IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be
signed by their duly authorized officers on the 271h day of January , 2023 .
SureTec Insurance Company
; %1 k)?AA(C,�,i''
\�SVµANC
wr'f 9 �0
"''
Michael C. Keimig, President
•...* •'nitg0
'�,, •' s.*�
State of Texas
County of Harris:
On this 27th day of January , 2023 A. D., before me, a Notary Public of the State of Texas, In and for the County of Harris, duly commissioned and qualified,
came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and
they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the
seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed
and subscribed to the said Instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies
referred to In the preceding Instrument is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written.
JULIE E. MCCIARY
?; Notary Public State of Texas By,(1
Commission # 129475W-5
fJ ie E, McClary, Notary Public
Cow fission Expires WO 29, 2026 y commission expires 3/29/2026
We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the
foregoing is a fun, true and correct copy Is still in full force and effect and has not been revoked,
IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 30th day of March 2023
ur suWry_
Markel Insurance Company
B By:
M. Br nt Beay And w Ma guts, As '11nr
Any Instrument Issued in excess of the penalty stated above is totally vold and without any validity, 4221895
For verification of the authority of this Power you may call (7131812-0800 on eny boslness day between 830 AM and 5:00 PNICST.
SureTec Insurance Company
IMPORTANT NOTICE
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or
to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9500 Arboretum Blvd., Suite
400
Austin, TX 78759
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or
complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at:
PO Box 149104
Austin, TX 78714-
9104
Fax# : 512-490-1007
Web: http://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you
should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of
Insurance.
SEC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1
FORTWORTH
-Tqr,-
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2022 On -Call Pavement Markinas ITHMI
M&C: 23-0226 CPN: 102906 CSO: 59250 DOC#:
Date: 04/07/23
To:
Name
Department
Initials
Date Out
1.
Deirdre O'Neal
Risk -Approver
04/11 /23
2.
Michael Owen
TPW-Approver
.0
04/13/23
3.
Lauren Prieur
TPW-Signer
04/13/23
4.
Priscilla Ramirez
Legal -Approver
7P—
04/13/23
5.
Doug Black
Legal -Signer
�, b
04/14/23
6.
William Johnson
ACM -Signer
04/14/23
7
Melissa Brunner
CSCO-Approver
04/18/23
8
Jannette Goodall
CSCO-Signer
04/18/23
9
Allison Tidwell
CSCO-Form Filler
-AL
04/19/23
10.
TPW Contracts
TPW
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES ®No
RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Reguired:_
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File Link to the General Conditions & Specs
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContractska fortworthtezas.gov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
FORTWORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2022 On -Call Pavement Markings [THMI
M&C: CPN: 102906 CSO:
DOC#:
Date: 03/08/23
To:
Name
Department
Initials
Date Out
I .
Keith Rainwater / THM
Vendor -Signer
�
03/31 /23
2.
Proj Mgr.: Quenell Johnson
TPW-Signer
Q7-j
03/31 /23
3.
Michelle Hadley -McGhee
TPW-Review
„o,,,,
04/06/23
4.
5.
6.
7
8
9
10.
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: DYES ®No
RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts(a,fortworthtexas.gov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
QBond Verification
MM&C
From: Ritchie. Hobe
To: Hadley -McGhee, Michelle
Subject: RE: PLEASE REPLY - BOND VERIFICATION REQUEST [CPN #102906 - (2022 On -Call Pavement Markings) [THM]]
Date: Wednesday, April 5, 2023 9:51:31 AM
Attachments: imaae001.Dna
CAUTION: This email originated from outside of the City of Fort Worth email system. Do not click any links or open
attachments unless you recognize the sender and know the content is safe.
Hello,
This bond and bond amount are verified. Please let me know if you need anything else!
Thanks,
Hope Ritchie
Contract Underwriting Assistant,
Markel Surety
Markel Insurance Company/ Suretec Insurance Company
9500 Arboretum Blvd., Suite 400, Austin, TX 78759
Office: (713) 812-0880
Direct: (512) 330-1852
www.Markelsurety.com
From: Hadley -McGhee, Michelle <Michelle.Hadley-McGhee@fortworthtexas.gov>
Sent: Tuesday, April 4, 2023 4:42 PM
To: RA MKL Bond Verification <bondverification@markel.com>
Subject: PLEASE REPLY - BOND VERIFICATION REQUEST [CPN #102906 - (2022 On -Call Pavement
Markings) [THM]]
04/04/2023
Good afternoon.
The City of Fort Worth is in receipt of the following referenced bond(s) — BOND
#4461450, in the amount of $5,000,000.00 (Five Million & 00/100 Dollars), from
Traffic Highway Maintenance, LLC for City Project #102906 - (2022 On -Call Pavement
Markings).
Please provide confirmation that both the bond(s) and dollar amount(s) are valid. Your
prompt attention to this matter is greatly appreciated!
If there are additional questions or concerns, please do not hesitate to contact me at,
michelle. had ley-mcghee(&fortworthtexas.gov, or by phone, 817-392-7233.
Should this request have reached you in error, or needs to be directed elsewhere, please
be so kind to provide the name of the contact, with both an email address & phone number
of the person or department being referenced. It is appreciated.
.tookin,y foawazo;
OYIc/e!!e 0#adleyecJrAee
Contract Compliance Specialist
City of Fort Worth
Transportation & Public Works (TPW)
200 Texas Street, Fort Worth, TX 76102
Direct: 817-392-7233
Michelle.Hadley-McGhee(a)fortworthtexas.gov
City of Fort Worth — Working together to build a strong community.
FORTWORTH,