HomeMy WebLinkAboutContract 62638CSC No. 62638
FORT WORTH.
CONTRACT
FOR
THE CONSTRUCTION OF
2024 On -Call Pavement Markings Contract
City Project No. 105906
Mattie Parker
Mayor
David Cooke
City Manager
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
2024
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)
96782
June 27, 2024
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORTH.
"I'll
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
TABLE OF CONTENTS
Page 1 of 5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
0005 10
Mayor and Council Communication
07/01/2011
0005 15
Addenda
07/01/2011
0011 13
Invitation to Bidders
02/08/2024
0021 13
Instructions to Bidders
01/17/2024
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
nno n�z
Vendor Compliance to State Law Nonresident Bidder
06/27/2011
not
nno n�3
00 45 26
Pr-eg alifieatie St 4eme-ft
Pr-eg alifieatio -App, e—at e
Contractor Compliance with Workers' Compensation Law
nQ ii�21
07/01/2011
00 45 40
Business Equity Goal
06/07/2024
00 52 43
Agreement
3/08/2024
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12/08/2023
0061 19
Maintenance Bond
12/08/2023
00 61 25
Certificate of Insurance
07/01/2011
00 72 00
General Conditions
03/08/2024
00 73 00
Supplementary Conditions
03/08/2024
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
10/06/2023
01 32 33
Preconstruction Video
07/01/2011
01 33 00
Submittals
12/20/2012
0135 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
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
01 58 13
Temporary Project Signage
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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised June 7, 2024
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:
httn:Hfortworthtexas.2ov/tuw/contractors/
or
httDs:HaDDs.fortworthtexas.Lyov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
rr1�3 Solo iVe Site PeME)460 nz11�22
117�T T Tt44y D o.,,,.ya / A l an r., e 12lr� 204201-2
Division 03 - Concrete
00✓ 3 1 13 r f r-elled ,,,,� St-efig i, Matefia (CT z2/7zr2
SM4 10QO12
03 34 16 �"i Jai a 1,1-\iT. e -;..1 f ,- T,-oneh U o.,.ai 1 2 /7zzr20QO 12
Division 26 - Electrical
260500 ommen.rorl- P_omLs
Tlo,,.,ol;tion for- Eleet..;,..,1 Systems 12/zz�-20aOl')
'i�3 U-nder-gr-eund Duets and Raee,, ays f .- Qeetfieal Systems n-7/no.,.,. 1�n
Division 31- Earthwork
310000 Site !`� nz/�2
312323 l n1/0 4z z�13
l n1 /28QO14 21� E"il'A�''ll�liiG`1�tC oz,-z-�,-��
31�no Gabiefi6 11 /�12
31�0 Ripr-ap 171 /7 z
Division 32 - Exterior Improvements
3-2-0-�7 efma-nef c1'., t,!'V.'
17�3 (`o. en4 T.-ea4e l Base r.,,,, n6llvvrry 2022
Z7�T Liquid Trea4e l Se l Stab 08/7 -5
32 1216 tiro 6/07/2024vro7 �z-i�[Ya'l.Ilt Itl.iiig
32 1273 kolJ.-zalt f 12/20a012
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised June 7, 2024
32 1320
32 13 73
3 G�� 4�6
32 16 13
32 1723
32 1725
3231 13
I3231 26
32 3129
3232 13
3291 19
3292 3
3292 14
32
3293 43
reafetePa�ngjonte�alaf4s �?�
6A UritPa-ving
Pavement Markings
Curb Add �)oz
T.oI! N. at4 rg
00 00 00
TABLE OF CONTENTS
Page 3 of 5
Division 33 - Utilities
3301 31 Closed Gi-eu t Television (CCTV) hispo..tio. Sarxta-r;—Sewern'2/lmr114202-2
ZZ�i Closed Gireuit Television (CGTV) hispeetion S mm Dralx 12/n�23
33 04-11 r,.,.,.esien r nt el Test St.,tiens 12/wiz
33 04-40 Cleaning and A , eepta-mee Teti,.,. of Water- Mains 02/no�13
33 04-50 Cleaning of Pipes- 03/10 lei
3305 10 UtA t„ T o.. t L'. ea- ,.,ti.,. Ew.bad epA „,1 Back4;r1 nn /n�21
Adjtisfiag 0�0, InlMs, Valve vBv"a*ess, a -ad Other-vtnuetl�es to
��z n z / lv�rriTi'vzz
Grade
ZZ�v C per-ete W4er- Vaults 11 /�12
33 05 20 11 /�12
330521 Turzzil liff.ar- Pla4e 12/�12
33 05 22 Stool !''..sing Pipe 12/�12
33 05 24 hista la4ie,. f C r-ier- Pipe i Casing Tunnel Liner- or Ula4-e 12/09aO22
33 11 05 Belts Nu4s .,n !`_.,slots- 12/20A204-
�-z r-v� , , na-zvrzviz
3 Zoo Duet; l e T,-e Pipe 1 71 /n z
',Z 1 1 11 r uetile 1 ('1 Fitri.sgS nn/v�r20,9017
33 11 2 Polyvinyl rt,l, fid PV-C> P14lomr—eRipe nn/no n�i
i
✓� 11 13 Eeaer-et3 Ppoao ro Pira, B^" Wfapped, Stool !4,1indef Type 11 /�12
ZZ�z Bur-ied Stool Pipe and Fittings 12/'fez
33 1220 Resilient Sea4e l Gme V ly-e nc/n�l5
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised June 7, 2024
00 00 00
TABLE OF CONTENTS
Page 4 of 5
ZZ�T
33 1225
��
2Z�
AWW-A Rubbo,. Seated u„tto.fl.,V nn/'1V2P1-9
(`.,.meetio t L' x7 to,- AiT.,;.�� 02ln6l7n1'2
ono �r�ztisg �,--�
/''..ffib;,...tie A;,- A7a4ye A ssen.l.lies for Potato xx7.,te- System 12/7�r20QO12
33 1240
ZZ�no
33 12 60
L';,� 01 /n T
ct ieas 12/20/2012
�tOr EZi�J �z
Standafd Blow ffValve Assembly 06/1 3
33 31 13
Fibef glass Reinfefeed Pipe for- Gr-a-vity 12/20QO12
High Density Polyethylene (HDP r) Pipe f r c...;t, ,.., Sewe, nn /�9
333121
Polyvinyl Chlefide Closed Profile Gr-a-vity Sa*4afy Sewer-
(PNIC)
12/20,L2012
Pipe
1�
33 31 23
c.,,.;tafy co.., r 12/20QO12
� ar flip .��rrn g ��
c.,..;t.,,-y Sewer- Pipe E.ilaf. efne12/'fr�-zvriviz
33 3 1 50
333170
San ta-Fy Sewer- Setwiee r fmeeti rs .-ad Seryiee 1 nn /gin
E .�'' �/I: !.1.,,r Air- Valve fay °a:Il y co,. a 1~,,.-,,o na„� 12/7�r20QO12
3339 10
33 39 20
C",- t. P.Vae r, ,.rote Manholes 12/�12
n.eeast r ner-ete 1\R..nhel12/�12
12/r�avriviz
333930 30
3-3 9-C8
33 41 10
Fiber -glass Manholes
�€or F -4, , c o.,,o, c�� , �,, o� n� /o z
Reinfefeed r,,. ct,,,..,., Sewer- Pipe/Ci lyet4s n7/no 1�, O4
?i3 11 11
e fete
High Density n lyett,,,lene (HDP r) Pipe f r 11 /��
11 17
Reifif f:ee l Polyethylene (ERDT7E) Pira 11 /1 5
l.. 11 ' 3
Pelypf:epylefie Pipe Fe.: ctusm Dsmi.,_� n6lio nvrr0QO22
12/7zz�-20QO12
33-4•6 00
33 4601
tea. e
Slotted Soim. Dik,rc. n�/no 1Q01z
33-46 02
33 49 100
Ramh Dwtiow n7/�11
Cast i Ulaee Manholes and 1unetion Be, ies / 12'fr�zvriviz
33 49-40
Storm Dioi Rage Head -walls ..a.a Wingwalls 07/no 1�-o Q011
Division 34
3n�0
- Transportation
Tf ffie c;...,.,1ss 03//i�z
34 41-10.01
34�02
Attaehmeat A �E+efAfell per. et 1 � /1W5
Atta�eat B C—eatfoltz brozifie Aie 02QO12
AtttaehmeatG vpeei ieatie 01,L2012
Tempe -a-y T,-.,ffie Signals 1 11 1 /' 3
34 ^�-�z-i 0.03
34�-41-11
2n�0
��ik�crati��Assemblies 12/20QO12
34 n�0i
r r 06/1 c/2n1 c
�ar�1 �D P.��- .�.�s`��ras ��
3n n�02
Freeway LED n,,.,,1.,... 1-inn»'i�rS 06/1 -5
34 4120.03
�
Resi a ti l LED n,,.,a.. ay r 06/1 c/2n1 c
�a�i :��r-rs ��
3n 4130
�-r-rr�v
11/12 O13
i41u��'i�l� & gi�S �rrr�r�r�
Tiede
34 4150
3471 13
Single Fite. Optie Cable 02/7�r26QO16
Traffic Control 03/22/2021
Appendix
CG-4.91 AwOLulit.,, of
GG 4.02 F/abiYa
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract CPN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105906
Revised June 7, 2024
00 00 00
TABLE OF CONTENTS
Page 5 of 5
FE-4.06 It � \rd w Condition , + Site
GC-6.06.1) Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
G42-6-.21 rGndisaYirArYation
GR 01 tin 00 Pr -,,duet R equire,. fits
END OF SECTION
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised June 7, 2024
12/10/24, 12:01 PM
M&C Review
ACITY COUNCIL AGEND
Create New From This M&C
Official site of the City of Fort Worth, Texas
FoRWox'11�rH
DATE: 12/10/2024 REFERENCE **M&C 24- LOG NAME: 20ON-CALL PAVEMENT
NO.: 1091 MARKINGS CONTRACT
CODE: G TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of Unit Price Contracts with Stripe -A -Zone, LLC and Linear
Traffic Markings, LLC Each in an Amount Not to Exceed $2,000,000.00 for Task Order
Construction Services for Projects Relating to Pavement Markings
RECOMMENDATION:
It is recommended that the City Council authorize execution of unit price contracts with 1) Stripe -A -
Zone, LLC in an amount not to exceed $2,000,000.00 for task order construction services for the
installation of pavement markings, (City Project No. 105906), with up to four renewals and 2) Linear
Traffic Markings, LLC in an amount not to exceed $2,000,000.00 for task order construction services
for the installation of pavement markings, (City Project No. 105906), with up to four renewals.
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 $2,000,000.00. The contract duration is based on the
expenditure of funds 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.
Notices of bids was published in the Fort Worth Star -Telegram on July 11, 2024 and July 18, 2024. On
August 8, 2024, four companies submitted bids:
CONTRACTOR BID
Linear Traffic Markings, LLC $1,393,954.00
Stripe -A -Zone, LLC $2,011,932.52
TRIP Construction Group, LLC $2,138,150.00
Traffic Highway Maintenance $3,688,814.00
Traffic Highway Maintenance was deemed non -responsive because no utilization form was included
in their MWBE document submittal. TRP Construction Group, LLC was deemed non -responsive
because they failed to meet the MWBE goal.
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 PayGo funding.
The Business Equity Division placed a 4.20\% business equity goal on this solicitation/contract. Linear
Traffic Markings, LLC, has agreed/committed to utilize 5\% business equity subcontractor participation
for its scope of work and Stripe -A -Zone, LLC, has agreed/committed to utilize 4.25\% business equity
subcontractor participation for its scope of work, both meeting the City's Business Equity Ordinance.
Any changes in subcontractors will be reviewed by the Business Equity Division.
The work will be located in ALL COUNCIL DISTRICTS.
apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=32797&counciIdate=12/10/2024 1 /2
12/10/24, 12:01 PM M&C Review
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 FY25 PayGo Pavement Markings project to
support approval of the above recommendation and execution of the contracts. Prior to any
expenditure being incurred, the Transportation and Public Works Department has the responsibility to
validate the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804)
Originating Department Head: Lauren Prieur (6035)
Additional Information Contact: Martin Phillips (7861)
Quenell Johnson (8618)
ATTACHMENTS
105906 FY25 Paygo Pavement Markings.pptx (CFW Internal)
24-0251 (24 On -call Pavina Markinas SAZ)CM-NS.pdf (CFW Internal)
24-0251(2024 On -Call Pavement Markinas-Linear) Compliance Memo-NS.pdf (CFW Internal)
FID Table.xlsx (CFW Internal)
Form 1295 Certificate 101280177 (City of FW) (Signed).pdf (CFW Internal)
Form 1295 Linear Traffic Markinas LLC 10.21.24.pdf (CFW Internal)
apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=32797&counciIdate=12/10/2024 2/2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
0005 15- 1
ADDENDA
Page 1 of 1
SECTION 00 0515
ADDENDA
END OF SECTION
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised July 1, 2011
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of CPN 105906 2024 On -Call Pavement Markings
Contract ("Project") will be received by the City of Fort Worth via the Procurement Portal
https:Hfortworthtexas.bonfirehub.com/portaU?tab=openOpportunities, under the respective
Project until 2:00 P.M. CST, Thursday, August 8, 2024.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the Fort
Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 7th Floor, Room 745.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https:Hfortworthtexas.bonfirehub. com/portal/?tab=openOpportunitie s
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2024 On -Call Pavement Markings Contract
Revised 2/08/24 CPN 105906
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: installation and removals of
pavement markings and markers throughout the city.
PREQUALIFICATION
There are no prequalification requirements for this project.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
httl)s:Hfortworthtexas.bonfirehub.com/aortal/?tab=ol)en0nnortunities, under the respective
Project. 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 should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities, under the respective
Proj ect.
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, July 23, 2024
TIME: 9:00 AM, CST
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 should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. 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 $2,000,000 per award.
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
TIME PERIOD AND RENEWALS
The time period of this Agreement will be for one (1) calendar year 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.
FUNDING
Any Contracts awarded under this INVITATION TO BIDDERS are expected to be funded from
revenues generated from bonds and reserved by the City for the Project.
ADVERTISEMENT DATES
July 11, 2024
July 18, 2024
END OF SECTION
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised 2/08/24
0021 13
INSTRUCTIONS TO BIDDERS
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 9
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 electronic 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.
3.1. Bidders or- their- designa4ed subeefAfaetor-s are required to be pr-equalified for- the we
types r-eqttir-iag pr-e"a4ifieafiea as per- J 1 f 11 B;DDERE
nn EQ T A I Ivry A •rIONS a 00 4 5 12 nn EQ T A I Ivry A r ION STATE TENT. Fi n
seekin p o alit ,., ief must smk.sxt the a,,,.,,men4a4ier iden4 r;oa i Seetio 00 n c 11
ealendaF days prior- to Bid opening fer- review and, if d, a000p%lJe
„1..,epAr-aet, .s listed by a Bidder- f 00 45 12 be p o uaoa f the aVpinjryr to
wef-k t)Tes. SubeepAr-aeter-s ffmst fellew the same timelines as Bidders for- obt i i g
bids are epened and reviewed may eaiise the bid o 1r9—�
�fvation r„ docurnonta:4or. aaxz.-
r-eqttir-ed files thfetth the ' sbri.`- t:
l,tt3s:, /Eii3i3s f ftw o ftr,to..as ..y. P-eieetReso ,fees/
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
0
of 2nr rstfuet; no;2OD ,,.,,nuts/, r-ty.%��o/ 2nn,.o,,,,ali f e t; /TDAa70%7nD..,;....
of 20r rt-aet.,A;20D,-o.,,,.,1; � oa��-iO/,2nD -ee -afp /DD-EO T A T IFIC A TIONO, 20p Ell
UIRE RIB1 ITE%7nF-nnoi 2nn A AIPIG-07 2000NT- A CTO c 3d
o,;2OCenstmetionO,eeffmepAs/Contfaeter--O,;2OPr-eEitialifieatiefb'TPWO,;2ORead-w
.,oi 2n, a poi Qnno octria11%29:JnIttit'l.,%'nn,.o,.,,al fie .ion-0,i 2nn -eer-a ffi STn EEToi
20I rnuToi2nnvEnlrAI of2nnEnr4NTe i3df
0 0 0 0 0
%ax it .,oi 2ncewe .oi 2nr,..,t, fete .oi 2nn .o,,,,, ifie,.tien-1, 2nn,.,.er-a ., /A 'Scoi 2n,..o
3-.2. Eoo1h vmu�bmit to City at least seven (7)
ealendar- days prior to Bid opening, the doeumentation identified in Seetion 00 4 5 11,
94)DE F, PREQl r A I IFIG A TIONS
3Q.1. of and/or- qttestions felated to pr-e"a4ifieatien should be addressed to
the City , rtaet . „ded ix 1raagfaph 6. 1.
el'o 1•o we�gnedl ta4zi Wjoot, ,-ad nst,. etie she „to
to a�v✓� the City ; evaluating aa assessing the ability of the , e t low bidder- t
the �i�allt j'aG1iMt afthe s-Hbmit
City Go .7i?. FcOuFa t submit the additional inn .-m.,tio ifrequestmayed, be g .. ]�
f -eje tiag tyre DMIw t 1
i .F flSiSSS�:!!'��:I:Kl13:EfIII III
3.5. Omitted.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
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.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
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 electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=open0pportunities 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. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
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.
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
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 0125 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:
httys://codelibrary.amlei4al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. 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.
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.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/portal/?tab=oDenODDortunities.
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.
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.
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
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.
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 httiDs://www.ethics.state.tx.us/data/forms/1295/1295.iDdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105906
Revised/Updated 1/17/24
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 4
SECTION 00 35 13
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:lfwww.ethics, state.tx. usldatalforms/conflict/ClS.odf
❑ CIQ Form does not apply
❑ CIQ Form is on file with City Secretary
S CIQ Form is being provided to the City Secretary
U CIS Form does not apply
❑ CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER: Stripe -A -Zone, LLC,
By: hn has n
Signature:
Title: VP f in ce
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 On -Cali Pavement Markings Contract
Revised February 24, 2020 CPN 105131
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: 2024 On -Call Pavement Markings Contract
City Project No.: 105906
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 2024 On -Call Pavement Markings Contract
Revised 9/30/2021 CPN 105906
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 must be performed only by prequalified contractors and
subcontractors:
a. None
4. Time of Completion
4.1. 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
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 meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Conflict of Interest Affidavit, Section 00 35 13
'If necessary, CIQ or CIS forms are to be provided directly to City Secretary
e. 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
$2,011,932.52
2024 On -Call Pavement Markings Contract
CPN 105906
7. Bid Submittal
This Bid is submitted on 08/07/2024 by the entity named below.
Title: VP of Finance
Company: Stripe -A -Zone, LLC.
Address: 2714 Sherman St., Grand Prairie, TX, 75051
State of Incorporation: Delaware
Email: jjohnson@stripe-a-zone.com
Phone: 972-647-2714
END OF SECTION
0041 00
BID FORM
Page 3 of 3
Receipt is acknowledged of the Initial
following Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 On -Call Pavement Markings Contract
Revised 9/3012021 CPN 105131
00 42 43
Bm PROPOSAL
Pagel of3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Unit 1 -
Base Bid
Bidlist Description
Specification
Unit of
Bid
Unit Price
Bid Value
Item No.
Section No.
Measure
Quantity
1
Furnish/Install 4" Solid White, Spray Thermoplastic (90 mil.)
32 17 23
LF
15,000
$0.75
$11,250.00
2
Furnish/Install 4" Solid Yellow, Spray Thermoplastic (90 mil.)
32 17 23
LF
15,000
$0.75
$11,250.00
3
Furnish/Install 4" Dash White, Spray Thermoplastic (90 mil.)
32 17 23
LF
15,000
$0.75
$11,250.00
4
Furnish/Install 4" Dash Yellow, Spray Thermoplastic (90 mil.)
32 17 23
LF
15,000
$0.75
$11,250.00
5
Furnish/Install 4" DOT White, Spray Thermoplastic (90 mil.)
321723
LF
5,000
$0.80
$4,000.00
6
Furnish/Install 4" DOT Yellow, Spray Thermoplastic (90 mil.)
32 17 23
LF
5,000
$0.80
$4,000.00
7
Furnish/Install 6" Solid White, Spray Thermoplastic (90 mil.)
32 17 23
LF
7,500
$0.88
$6,600.00
8
Furnish/Install 6" Solid Yellow, Spray Thermoplastic (90 mil.)
32 17 23
LF
7,500
$0.88
$6,600.00
9
Furnish/Install 6" Dash White, Spray Thermoplastic (90 mil.)
32 17 23
LF
7,500
$0.89
$6,675.00
10
Furnish/Install 6" Dash Yellow, Spray Thermoplastic (90 mil.)
32 17 23
LF
7,500
$0.89
$6,675.00
11
Furnish/Install 6" DOT White, Spray Thermoplastic (90 mil.)
32 17 23
LF
15,000
$1.00
$15,000.00
12
Furnish/Install 8" Solid White, Spray Thermoplastic (90 mil.)
32 17 23
LF
15,000
$1.40
$21,000.00
13
Furnish/Install 8" Dotted White, Spray Thermoplastic (90 mil.)
32 17 23
LF
5,000
$1.75
$8,750.00
14
Furnish/Install 18" Dotted White, Spray Thermoplastic (90 mil.)
32 17 23
LF
2,500
$6.35
$15,875.00
15
Furnish/Install 4" Spray Thermoplastic - CONTRAST Markings (125 mil.) White or Yellow, Solid or Skip Line, DOT
32 17 23
LF
100
$0.00
$0.00
16
Furnish/Install 6" Spray Thermoplastic - CONTRAST Markings (125 mil.) White or Yellow, Solid or Skip Line, DOT
32 17 23
LF
100
$0.00
$0.00
17
Furnish/Install 8" Spray Thermoplastic - CONTRAST Markings (125 mil.) White or Yellow, Solid or Skip Line, DOT
32 17 23
LF
100
$0.00
$0.00
18
Furnish/Install 12" Spray Thermoplastic- CONTRAST Markings (125 mil.) White or Yellow, Solid Line
32 17 23
LF
100
$0.00
$0.00
19
Furnish/Install 18" Spray Thermoplastic - CONTRAST Markings (125 mil.) White or Yellow, Solid Line or Skip Line, DOT
32 17 23
LF
100
$0.00
$0.00
20
Furnish/Install 24" Spray Thermoplastic - CONTRAST Markings (125 mil.) White or Yellow, Solid Line
32 17 23
LF
100
$0.00
$0.00
21
Furnish/Install4" Preformed Thermoplastic (125 mil.) White, Solid or Skip Line
32 17 23
LF
1,000
$3.95
$3,950.00
22
Furnish/Install 6" Preformed Thermoplastic (125 mil.) White or Yellow, Solid or Skip Line
32 17 23
LF
1,000
$4.95
$4,950.00
23
Furnish/Install 8" Preformed Thermoplastic (125 mil.) White or Yellow, Solid or Skip Line
32 17 23
LF
1,000
$6.50
$6,500.00
24
Furnish/Install 12" Preformed Thermoplastic (125 mil.) White, Solid Line
32 17 23
LF
1,000
$9.00
$9,000.00
25
Furnish/Install 18" Preformed Thermoplastic (125 mil.) White or Yellow, Solid, or Skip Line
32 17 23
LF
1,000
$12.50
$12,500.00
26
Furnish/Install 24" Preformed Thermoplastic (125 mil.) White or Yellow, Solid Line
32 17 23
LF
1,000
$15.25
$15,250.00
27
Furnish/Install 24" Preformed Thermoplastic - CONTRAST
32 17 23
LF
1,000
$20.25
$20,250.00
28
Furnish/Install Thermoplastic Preformed (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's)
32 17 23
EA
1,000
$305.00
$305,000.00
29
Furnish/Install Thermoplastic Preformed (125 mil.) (Single Head Straight Arrows)
32 17 23
EA
50
$275.00
$13,750.00
30
Furnish/Install Thermoplastic Preformed (125 mil.) (Lane Reduction Arrows, 12' Long)
32 17 23
EA
50
$450.00
$22,500.00
31
Furnish/Install Thermoplastic Preformed (125 mil.) (Double Head Combo Arrows)
32 17 23
EA
50
$450.00
$22,500.00
32
Furnish/Install Thermoplastic Preformed (125 mil.) (Triple Head Combo Arrows)
32 17 23
EA
50
$585.00
$29,250.00
33
Furnish/Install Thermoplastic Preformed (125 mil.) (Railroad Legend Including: X and RR)
32 17 23
LANE
50
$475.00
$23,750.00
34
Furnish/Install Thermoplastic Preformed (125 mil.) (36 x 24, Yield Symbol)
32 17 23
EA
50
$50.00
$2,500.00
35
Furnish/Install Thermoplastic Preformed (90 mil.) (Bike, Shared, Includes Bike Symbol and 2 Sharrow Markings)
32 1723
EA
50
$295.00
$14,750.00
36
Furnish/Install Thermoplastic Preformed (90 mil.) (Bike, Includes Bike Symbol Only)
32 17 23
EA
50
$265.00
$13,250.00
37
Furnish/Install Thermoplastic Preformed (125 mil.) (Bike, Arrow, Includes 1 Straight Arrow only, 6')
32 1723
EA
50
$325.00
$16,250.00
Furnish/Install Thermoplastic Preformed (90 mil.) (5 ft wide, Bike Green, Premark Brand Including Sealer. Must Use 2 Part
38
Sealer.)
32 17 23
LF
500
$0.00
$0.00
39
Furnish/Install 5 ft Wide, Bike Green, MMA Methyl Methcrylate
32 17 23
LF
500
$0.00
$0.00
40
Furnish/Install Thermoplastic Preformed (125 mil.) (Red, Bus Lane Markings)
32 17 23
SF
500
$0.00
$0.00
41
Furnish/Install Red, Bus Lane Markings (Epoxy)
32 17 23
SF
500
$0.00
$0.00
42
Furnish/Install Red, Bus Lane Markings MMA (Methyl Methcrylate)
32 17 23
SF
500
$0.00
$0.00
43
Furnish/Install Thermoplastic Preformed - CONTRAST (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's)
32 17 23
EA
50
$745.00
$37.250.00
44
Furnish/Install Thermoplastic Preformed - CONTRAST (125 mil.) (Single Head Straight Arrows)
32 17 23
EA
50
$745.00
$37.250.00
45
Furnish/Install Thermoplastic Preformed - CONTRAST (125 mil.) (Lane Reduction Arrow 12' long)
32 17 23
EA
50
$975.00
$48.750.00
46
Furnish/Install Thermoplastic Preformed - CONTRAST (125 mil.) (Double Head Combo Arrows)
32 17 23
EA
50
$1.025.00
$51.250.00
47
Furnish/Install Thermoplastic Preformed - CONTRAST (125 mil.) (Triple Head Combo Arrows)
32 17 23
EA
50
$1.125.00
$56.250.00
48
Furnish/Install Thermoplastic Preformed - CONTRAST (125 mil.) (Railroad Legend Including: X and RR)
32 17 23
LANE
50
$1.050.00
$52.500.00
49
Furnish/Install Thermoplastic Preformed - CONTRAST (125 mil.) (36 x24, Yield Symbol)
32 17 23
EA
50
$100.00
$5.000.00
50
Furnish/Install Thermoplastic Preformed - CONTRAST (90 mil.) (Bike, Shared, Includes Bike symbol and 2 Sharrow Markings)
32 17 23
EA
50
$475.00
$23.750.00
51
Furnish/Install Thermoplastic Preformed - CONTRAST (90 mil.) (Bike, Includes Bike Symbol Only)
32 17 23
EA
50
$475.00
$23.750.00
52
Furnish/Install Thermoplastic Preformed - CONTRAST (90 mil.) (Bike, Shared, Includes 2 Sharrow Markings Only)
32 17 23
EA
50
$0.00
$0.00
53
Furnish/Install Thermoplastic Preformed - CONTRAST (90 mil.) (Bike, Arrow, Includes 1 Straight Arrows Only)
32 17 23
EA
50
$595.00
$29.750.00
54
Furnish/Install 4" Extrude Thermoplastic (125 mil.) White or Yellow, Solid or Dash Line
32 17 23
LF
1,500
$2.50
$3.750.00
55
Furnish/Install 6" Extrude Thermoplastic (125 mil.) White or Yellow, Solid or Dash Line
32 17 23
LF
1,500
$3.50
$5.250.00
56
Furnish/Install 8" Extrude Thermoplastic (125 mil.) White or Yellow, Solid or Dash Line
32 17 23
LF
100
$4.25
$425.00
57
Furnish/Install 12" Extrude Thermoplastic (125 mil.) White or Yellow, Solid Line
32 17 23
LF
500
$5.50
$2.750.00
58
Furnish/Install 18" Extrude Thermoplastic (125 mil.) White or Yellow, Solid or Dash Line
32 17 23
LF
1,000
$6.95
$6.950.00
59
Furnish/Install 24" Extrude Thermoplastic (125 mil.) White Solid Line
32 17 23
LF
100
$8.05
$805.00
60
Furnish/Install4" Reflective Marker, Type I -A
32 17 23
EA
2,500
$6.20
$15.500.00
61
Furnish/Install4" Reflective Marker, Type I - C
32 17 23
EA
2,500
$6.20
$15.500.00
62
Furnish/Install 4" Reflective Marker, Type II- A/A
32 17 23
EA
2,500
$6.20
$15.500.00
63
Furnish/Install4" Reflective Marker, Type II -C-R
32 17 23
EA
2,500
$6.20
$15.500.00
64
Furnish/Install4" Type II White C/C or Yellow A/A Round Ceramic Button
32 17 23
EA
250
$9.25
$2,312.50
65
Furnish/Install 6" Type II White C/C or Yellow A/A Round Ceramic Button
32 17 23
EA
50
$34.00
$1,700.00
66
Furnish/Install 8" Type II White C/C or Yellow A/A Ceramic Button
32 17 23
EA
50
$59.00
$2,950.00
67
Furnish/Install 8" Type II White C/C or Yellow A/A Ceramic Button
32 17 23
EA
50
$49.00
$2,450.00
68
Furnish/Install Button Type Flex Stake
32 17 23
EA
50
$195.00
$9.750.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
2024 On -Call Pavement Markings
Contract
Revised 9/30/2021
CPN 105906
00 42 43
Bm PROPOSAL
Page 2 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Unit 1 - Base Bid
Bidlist
Description
Specification
Unit of
Bid
Unit Price
Bid Value
Item No.
Section No.
Measure
Quantity
69
Furnish/Install Temporary TAB
32 17 23
EA
50
$2.00
$100.00
70
Furnish/Install Speed Hump/Cushion Striping
32 17 23
EA
50
$0.00
$0.00
71
Furnish/Install FG 300 Interstate Grade Curb Sections/FG 336 EFX POST with 2-3" Yellow or White Wraps/FG 300
32 1723
LF
250
$550.00
$137,500.00
72
Furnish/Install Yellow 36" Delineators
32 17 23
EA
100
$245.00
$24,500.00
73
Furnish/Install White 36" Delineators
32 17 23
EA
100
$245.00
$24,500.00
74
Furnish/Install Bike Lane Separators - Zebra 13 (Option 1)
32 17 23
EA
50
$375.00
$18,750.00
75
Furnish/Install Bike Lane Separators - Zebra 9 (Option 2)
32 17 23
EA
50
$370.00
$18,500.00
76
Furnish/install 4" Multipolymer White or Yellow, Solid or Skip Line, DOT
32 17 23
LF
2,500
$0.00
$0.00
77
Furnish/Install 6" Multipolymer White or Yellow, Solid or Skip Line, DOT
32 17 23
LF
2,500
$0.00
$0.00
78
Furnish/Install 8" Multipolymer White or Yellow, Solid Line or Skip Line, DOT
32 17 23
LF
1,000
$0.00
$0.00
79
Furnish/Install 12" Multipolymer White, Solid Line
32 17 23
LF
1,000
$0.00
$0.00
80
Furnish/Install 18" Multipolymer White, Solid Line or Skip Line, DOT
32 17 23
LF
1,500
$0.00
$0.00
81
Furnish/Install 24" Multi -polymer White, Solid Line
32 17 23
LF
1,000
$0.00
$0.00
82
Furnish/install 4" Multipolymer White or Yellow, Solid or Skip Line, DOT - CONTRAST
32 17 23
LF
500
$0.00
$0.00
83
Furnish/Install 6" Multipolymer White or Yellow, Solid or Skip Line, DOT - CONTRAST
32 17 23
LF
500
$0.00
$0.00
84
Furnish/Install 8" Multipolymer White or Yellow, Solid Line or Skip Line, DOT - CONTRAST
32 17 23
LF
500
$0.00
$0.00
85
Furnish/Install 18" Multipolymer White or Yellow, Solid Line or Skip Line, DOT- CONTRAST
32 17 23
LF
500
$0.00
$0.00
86
Furnish/Install Multipolymer (Single Head Curve Arrows, BIKE, BUS or ONLY's)
32 17 23
EA
50
$0.00
$0.00
87
Furnish/Install Multipolymer White (WORD)
32 17 23
LF
50
$0.00
$0.00
88
Furnish/Install Multipolymer (Single Head Straight Arrows)
32 17 23
EA
50
$0.00
$0.00
89
Furnish/Install Multipolymer (Lane Reduction Arrows, 12' long)
32 17 23
EA
50
$0.00
$0.00
90
Furnish/Install Multipolymer (Double Head Combo Arrows)
32 17 23
EA
50
$0.00
$0.00
91
Furnish/Install Multipolymer (Triple Head Combo Arrows)
32 17 23
EA
50
$0.00
$0.00
92
Furnish/Install Multipolymer (Railroad Legend Including: X and RR)
32 17 23
LANE
50
$0.00
$0.00
93
Furnish/Install Multipolymer (36 x 24, Yield Symbol)
32 17 23
EA
50
$0.00
$0.00
94
Furnish/Install Multipolymer (Yield, Bike, Shared, Includes Bike Symbol and 2 Sharrow Markings)
32 17 23
EA
50
$0.00
$0.00
95
Furnish/Install Multipolymer (Bike, Includes Bike symbol only)
32 17 23
EA
50
$0.00
$0.00
96
Furnish/Install Multipolymer (Bike, Arrow, Includes 1 Straight Arrow only, 6')
32 17 23
EA
50
$0.00
$0.00
97
Furnish/Install Multipolymer (5 it wide, Bike Green, Premark Brand Including Sealer. Must Use 2 Part Sealer.)
32 17 23
LF
50
$0.00
$0.00
98
Furnish/install 4" Polyurea, White, Solid or Skip Line, DOT
32 17 23
LF
15,000
$0.00
$0.00
99
Furnish/Install 6" Polyurea, White or Yellow, Solid or Skip Line, DOT
32 17 23
LF
15,000
$0.00
$0.00
100
Furnish/Install 8" Polyurea, White or Yellow, Solid or Skip Line, DOT
32 17 23
LF
15,000
$0.00
$0.00
101
Furnish/Install 12" Polyurea, White, Solid Line
32 17 23
LF
15,000
$0.00
$0.00
102
Furnish/Install 18" Polyurea, White or Yellow, Solid or Skip Line, DOT
32 17 23
LF
15,000
$0.00
$0.00
103
Furnish/Install 24" Polyurea, White or Yellow, Solid Line
32 17 23
LF
15,000
$0.00
$0.00
104
Furnish/Install 24" Polyurea - CONTRAST
32 17 23
LF
15,000
$0.00
$0.00
105
Furnish/Install Polyurea (Single Head Curve Arrows, BIKE, BUS or ONLY's)
32 17 23
EA
100
$0.00
$0.00
106
Furnish/Install Polyurea (Single Head Straight Arrows)
32 17 23
EA
100
$0.00
$0.00
107
Furnish/Install Polyurea (Lane Reduction Arrows, 12' long)
32 17 23
EA
50
$0.00
$0.00
108
Furnish/Install Polyurea (Double Head Combo Arrows)
32 17 23
EA
50
$0.00
$0.00
109
Furnish/Install Polyurea (Triple Head Combo Arrows)
32 17 23
EA
50
$0.00
$0.00
110
Furnish/Install Polyurea (Railroad Legend Including: X and RR)
32 17 23
LANE
50
$0.00
$0.00
111
Furnish/Install Polyurea (36 x 24, Yield Symbol)
32 17 23
EA
50
$0.00
$0.00
112
Furnish/Install Polyurea (Bike, Shared, Includes Bike Symbol and 2 Sharrow Markings)
32 17 23
EA
50
$0.00
$0.00
113
Furnish/Install Polyurea (Bike, Includes Bike Symbol Only)
32 17 23
EA
50
$0.00
$0.00
114
Furnish/Install Polyurea (Bike, Arrow, Includes 1 Straight Arrow Only, 6')
32 17 23
EA
50
$0.00
$0.00
115
Furnish/install4" White, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
5,000
$6.00
$30,000.00
116
Furnish/install4" Yellow, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
5,000
$6.00
$30,000.00
117
Furnish/Install 6" White, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
2,500
$8.95
$22,375.00
118
Furnish/Install 6" Yellow, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
2,500
$8.95
$22,375.00
119
Furnish/Install 8" White, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
2,500
$10.50
$26,250.00
120
Furnish/Install 8" Yellow, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
2,500
$10.50
$26,250.00
121
Furnish/Install 12" White, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
2,500
$15.25
$38,125.00
122
Furnish/Install 12" Yellow, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
7,500
$15.25
$114,375.00
123
Furnish/Install 18" White, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
2,500
$19.75
$49,375.00
124
Furnish/Install 18" Yellow, 3M, A3801 ES, Stamark brand tape
32 17 23
LF
2,500
$19.75
$49,375.00
125
Furnish/Install 12" White or Yellow, 3M, A3801 ES, Stamark brand tape - CONTRAST
32 17 23
LF
100
$20.25
$2,025.00
126
Furnish/Install Aexcel White Chlorinated Zone Marking Paint 12W-D110
32 17 23
LF
1,000
$0.00
$0.00
127
Prep and Seal Pavement Surface for 4" Markings
32 17 23
LF
1,000
$0.70
$700.00
128
Prep and Seal Pavement Surface for 6" Markings
32 17 23
LF
1,000
$0.73
$730.00
129
Prep and Seal Pavement Surface for 8" Markings
32 17 23
LF
1,000
$0.85
$850.00
130
Prep and Seal Pavement Surface for 12" Markings
32 17 23
LF
1,000
$2.00
$2,000.00
131
Prep and Seal Pavement Surface for 18" Markings
32 17 23
LF
1,000
$2.50
$2,500.00
132
Prep and Seal Pavement Surface for 24" Markings
32 17 23
LF
1,000
$3.00
$3,000.00
133
Prep and Seal Pavement Surface for: Arrows, Words, Bike Symbol or Other Pavement Legend
32 17 23
EA
100
$65.00
$6,500.00
134
Prep and Seal Pavement Surface for 36 x 24 Yield Symbol
32 17 23
EA
100
$15.00
$1,500.00
135
Prep and Seal Pavement Surface for Railroad Markings Including: X and RR
32 17 23
LANE
100
$175.00
$17,500.00
136
Prep and Seal Pavement Surface for 5 Foot Wide, Bike Green
32 17 23
LF
500
$0.00
$0.00
137
Prep and Seal Pavement Surface for Bike Lane Separators
32 17 23
EA
100
$100.00
$10,000.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 On -Call Pavement Markings Contract
Revised 9/30/2021 CPN 105906
00 42 43
Bm PROPOSAL
Page 3 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Unit 1 - Base Bid
Bidlist
Description
Specification
Unit of
Bid
Unit Price
Bid Value
Item No.
Section No.
Measure
Quantity
138
Prep and Seal Pavement Surface for Red, Bus Lane
32 17 23
SF
100
$0.00
$0.00
139
Remove 4" White or Yellow Spray, Extrude, Preform, or Contrast Thermoplastic
321723
LF
1,000
$0.83
$830.00
140
Remove 6" White or Yellow Spray, Extrude, Preform, or Contrast Thermoplastic
32 17 23
LF
1,000
$0.83
$830.00
141
Remove 8" White or Yellow Spray, Extrude, Preform, or Contrast Thermoplastic
32 17 23
LF
1,000
$0.95
$950.00
142
Remove 12" White or Yellow Spray, Extrude, Preform, or Contrast Thermoplastic
32 17 23
LF
2,500
$2.05
$5,125.00
143
Remove 18" White or Yellow Spray, Extrude, Preform, or Contrast Thermoplastic
32 17 23
LF
2,500
$2.85
$7,125.00
144
Remove 24" White or Yellow Spray, Extrude, Preform, or Contrast Thermoplastic
32 17 23
LF
2,500
$3.55
$8,875.00
145
Remove Thermoplastic Legend: Arrows, Words, Bike Symbol or Other Pavement Legend
32 17 23
EA
150
$80.00
$12,000.00
146
Remove Thermoplastic 36 x 24 Yield Symbol Triangle
32 17 23
EA
250
$20.00
$5,000.00
147
Remove Thermoplastic Railroad Legend Including: X and RR
32 17 23
EA
100
$200.00
$20,000.00
148
Remove Thermoplastic Lane Legend - Preformed, Contrast, Spray
32 17 23
EA
250
$80.00
$20,000.00
149
Remove Thermoplastic Preformed or MMA (5 ft, Green, Bike Lane)
32 17 23
LF
500
$0.00
$0.00
150
Remove Thermoplastic Preformed, Epoxy, or MMA (Red, Bus Lane)
32 17 23
SF
500
$0.00
$0.00
151
Remove Speed Hump/Cushion Striping
32 17 23
EA
100
$0.00
$0.00
152
Remove Tire (Donut) Marks
32 17 23
LF
1,000
$0.00
$0.00
153
Remove Temporary TAB
32 17 23
EA
50
$1.50
$75.00
154
Remove 4" Refl. Traffic Button
32 17 23
EA
50
$3.00
$150.00
155
Remove 6" Refl. Traffic Button
32 17 23
EA
50
$5.00
$250.00
156
Remove 8" Refl. Traffic Button
32 17 23
EA
50
$6.00
$300.00
157
Remove Yellow, White 36" Delineators
32 17 23
EA
100
$100.00
$10,000.00
158
Remove FIG 300 Interstate Grade Curb Sections/PG 336 EFX POST with 2-3" Yellow or White W raps/PG 300
32 17 23
EA
100
$225.00
$22,500.00
Interstate Grade Curb and End Caps/ Asphalt or Concrete Anchors (4 Per Curb & Base)
159
Remove Bike Lane Separators
32 17 23
EA
50
$150.00
$7.500.00
160
Remove 4" White or Yellow Multipolymer
32 17 23
LF
1,000
$0.00
$0.00
161
Remove 6" White or Yellow Multipolymer
32 17 23
LF
1,000
$0.00
$0.00
162
Remove 8" White or Yellow Multipolymer
32 17 23
LF
300
$0.00
$0.00
163
Remove 12" White or Yellow Multipolymer
32 17 23
LF
250
$0.00
$0.00
164
Remove 18" White or Yellow Multipolymer
32 17 23
LF
250
$0.00
$0.00
165
Remove 24" White or Yellow Multipolymer
32 17 23
LF
250
$0.00
$0.00
166
Remove Multipolymer Legend: Arrows, Words, Bike Symbol or Other Pavement Legend
32 17 23
EA
50
$0.00
$0.00
167
Remove Multipolymer Railroad Legend Including: X and RR
32 17 23
LANE
50
$0.00
$0.00
168
Remove Multipolymer 36 x 24 Yield Symbol Triangle
32 17 23
EA
50
$0.00
$0.00
169
Remove 4" White or Yellow Polyurea
32 17 23
LF
1,000
$0.00
$0.00
170
Remove 6" White or Yellow Polyurea
32 17 23
LF
1,000
$0.00
$0.00
171
Remove 8" White or Yellow Polyurea
32 17 23
LF
1,000
$0.00
$0.00
172
Remove 12" White or Yellow Polyurea
321723
LF
1,000
$0.00
$0.00
173
Remove 18" White or Yellow Polyurea
321723
LF
1,000
$0.00
$0.00
174
Remove 24" White or Yellow Polyurea
321723
LF
1,000
$0.00
$0.00
175
Remove Polyurea Legend: Arrows, Words, Bike Symbol or Other Pavement Legend
32 17 23
EA
50
$0.00
$0.00
176
Remove Polyurea Railroad Legend Including: X and RR
32 17 23
EA
50
$0.00
$0.00
177
Remove Polyurea 36 x 24 Yield Symbol Triangle
32 17 23
EA
50
$0.00
$0.00
178
Remove Aexcel White Chlorinated Zone Marking Paint 12 W-D110
32 17 23
LF
500
$0.00
$0.00
179
Portable Message Sign
3471 13
EA
50
$200.00
$10.000.00
180
Full Highway Closure per day-(NightlWeekend)- Traffic Control*
3471 13
EA
50
$0.00
$0.00
181
Traffic Control*
3471 13
MO
3
$800.00
$2,400.00
182
Furnish Street Permit
01 7000
EA
1
$700.00
$700.00
183
Railroad Flagmen
01 3513
WD
10
$1.000.00
$10.000.00
184
Work Order Mobilization ($0-$25,000)
01 7000
EA
1
$5,000.00
$5.000.00
185
Work Order Mobilization ($25,000-$50,000)
01 7000
EA
1
$6,000.00
$6.000.00
186
Work Order Mobilization ($50,000-$150,000)
01 7000
EA
1
$7,000.00
$7.000.00
187
Work Order Mobilization ($150,000-$300,000)
01 7000
EA
1
$8,000.00
$8.000.00
188
Work Order Mobilization ($300,000-$500,000)
01 7000
EA
1
$9.000.00
$9.000.00
189
Work Order Mobilization ($500,000-$1,000,000)
01 7000
EA
1
$10,000.00
$10,000.00
Total Bid
$2,011,932.52
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 On -Call Pavement Markings Contract
Revised 9/30/2021 CPN 105906
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Page 1 of 2
That we, Stripe -A -Zone, LLC , known as
"Bidder" herein and Pennsylvania 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 2024 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 08th day of August 12024.
PRINCIPAL:
ATTEST:
Witnes to Principal
W qfvun�p
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 On -Call Pavement Markings Contract
Revised 9/30/2021 CPN 105906
Witness as to Su dty Josh Wright
f
i
Attach Power of Attorney (Surety) for Attorney -in -Fact
0043 13
BID BOND
Page 2 of 2
Address: 2714 Sherman Street.
Grand Prairie, TX 75051
SURETY:
Pennsvlvania Insurance .omoanv
BY:
Ignat
Aaron P. Clark, Attorney -in -Fact
Name and Title
Address: 10805 Old Mill Road
Omaha, NE 28154
Telephone Number: 402-827-3424
'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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 On -Call Pavement Markings Contract
Revised 9/30/2021 CPN 105906
California Insurance Company • Continental Indemnity Company - Illinois Insurance Company - Pennsylvania Insurance Company
10805 Old Alill Road • Omaha, Nebraskri 68154
POWER OF ATTORNEY NO. LOCH0001_0323
KNOW .ALL MEN BY THESE PRESENTS: That the California Insurance Company, duly organized and existing under the laws of the State of
California and having its principal office in the County of San Mateo, California, and Continental Indemnity Company, Illinois Insurance
Company and Pennsylvania Insurance Company, corporations duly organized and existing under the laws of the State of New Mex ico and
having their principal office in the County of Santa Fe, New Mexico does herby nominate, constitute and appoint;
Aaron P. Clark, Robert F. Bobo, Timothy F, Kelly, Teresa D. Kelly, Rachel Richardson, Laura Kneilz, Florence McClellan, Craig Payne,
Kirstin Darling
Its true and lawful agent and attorney - in - fact, to make, execute, seal and deliver for and on its behalf as surety, and its act and deed any and all
bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or
financial guarantee) provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of:
"Unlimited"
This Power of Attorney is granted and is signed and scaled under and by the authority of the following Resolution adopted by the Board of
Directors of California insurance Company, Continental Indemnity Company, Illinois insurance Company and Pennsylvanin Insurance
Company.
"RESOLVED, That the President, Senior Vice President, V ice President, Assisted 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 given power of attorney, to execute in
behalf of, and acknowledge as the act and deed ofthe California Insurance Company, Continental Indemnity Company, Illinois Insurance
Company and Pennsylvania Insurance Company, all bond undertakings and contracts ofsuretyship, and to affix the corporate seal
thereto."
IN WITNESS WHEREOF, California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and
Pennsylvania Insurance Company, has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized
officer the 20thday of Dec., 20 22, Calilbrnia Insurance Company, Continental Indemnity Company,
Illinois Insurance C ilpany, Pennsylvania Insurance Company
By I� V
Jeffrey A. Silver, Secretary
STATE OF NEBRASKA
COUNTS' OF DOUGLAS SS:
On this 201h day of Dec. A.D. 2022 , before me a Notary Public of tiic State o fNebraska, in and for the County of Douglas, duly commissioned and
qualified, came THE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed the
preceding instrument, and he acknowledged the execution of Elie same, and being by me duly sworn, deposed and said that he is the officer of the said Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer
were duly affixed and subscribed to the said instrument by the authority and direction ofthe said corporation, and that Resolution adopted by the Board of
Directors of said Company, referred to in the preceding instrument is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my O1Ticial Seal at the County of Do?100f- the day all ye a FIE above written.
GENERAL NOTARY • State of Nebtasya�
' LiNDA S. DAVIS (Notary Public)
", T-� MY Comm. Etp. Seplember t, 2023
1, the undersigned Officer of the California Insurance Company, a California Corporation of Foster City, California, Continental
Indemnity Company, Illinois insurance Company and Pennsylvania insurance Company, New Mcxico Corporations of Santa Fe, New
Mexico, do herby certify that the original POWER OF ATTORNEY of -which the foregoing is full, true and correct copy is stiff in full librce
and effect and has not been revoked.
IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 08th day of August 2024
.cif
Jeffrey A. Sliver, &,urcla y
IMPORTANT NOTICE -TEXAS
This bond has been issued by one of the North American Casualty Group and/or SiriusPoint America
Insurance Company insurance carriers listed below:
Continental Indemnity Company
Illinois Insurance Company
Pennsylvania Insurance Company
California Insurance Company
SiriusPoint America Insurance Company
To obtain information or make a complaint:
You may call the insurance carrier's toll -free telephone number for information or to make a
complaint at:
(877) 234-4420
Please send all notices of claim on this bond to:
Applied Surety Underwriters - Surety Claims
10805 Old Mill Road
Omaha, NE 68154
Phone: (877) 234-4420
Fax: (877) 234-4425
You may contact the Texas Department of Insurance to obtain information on companies, coverages,
rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: htti)://www.tdi.state.tx.us
E-mail: ConsumerProtection(aDtdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you should contact your agent
or Applied Surety Underwriters first. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the attached document
and is given to comply with Texas legal and regulatory requirements.
AS-10010-NAC
(05-2022)
Rios, Leonel
From: Mitchell Vorel <mjvorel@auw.com>
Sent: Thursday, December 12, 2024 12:50 PM
To: Rios, Leonel
Subject: Bond Verification SBP150008_051
This email is from an unknown sender
Report Suspicious
This is the first time you are receiving an email from this sender.
Good morning Leonel,
Yes, I can confirm the attached bond SBP150008_051 for Stripe -A -Zone LLC is a valid instrument of Pennsylvania
Insurance Company/Applied Surety Underwriters. Please note that a rider was issued for SBPIS0008_050 to change the
bond number to SBP150008_051.
For future use, the best email to always use is suretyops@auw.com. this inbox will make sure you get the most prompt
replies and someone will always have access to it to ensure your question/task gets into the right hands.
Thank you!
w1'
Mitchell Vorel
Assistant Underwriter I
T: (402) 827-3424 ext. 4525
1
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of t
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 our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. V
BIDDER: Stripe -A -Zone, LLC.
END OF SECTION
B
Titt
Date: 08/06/2024
John Johnson
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 On -Call Pavement Markings Contract
Revised 9/30/2021 CPN 105131
2
3
4
5
6
7
8
9
10
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
00 45 2b -1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of I
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. 105131. 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:
Stripe -A -Zone, LLC.
Company
2714 Sherman Street
Address
Grand Prairie, TX. 75051
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
John
By: }l�insan
(
I se P int)
Signature:
Title: of nance
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
John Johnson , 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 authorized offieerlaaent for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 6th day of
August 2024.
6-0�� �fj�utW�rbTINA MARIE COLLINS GRUBBS al Publk: in and for the State of Texas
�� �' Notary ID #132221914 y
��. My Commission Expires
October 31, 2027
14D OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
2024 On -Call Pavement Markings Contract
CPN 105131
00 45 40 - 1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
8
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: httDs://codelibrar_v.amle2_al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to
14 this bid.
15
16 BUSINESS EOUITY PROJECT GOAL
17 The City's Business Equity goal on this project is 4.20% of the total bid value of the contract (Base bid
18 applies to Parks and Community Services).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime
27 contractor Waiver documentation.
28
29 SUBMITTAL OF REOUIRED DOCUMENTATION
30 Applicable documents (listed below) must be submitted electronically with the other required bidding
31 documents at the time of the bid under the respective Project via the Procurement Portal:
32 httr)s://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities
33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date,
34 exclusive of the bid opening date with the respective Project via the Procurement Portal by
35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders
36 submit required documentation at the time of bid submission.
37
38 The Offeror must submit one or more of the following documents:
39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
40 2. Letter of Intent, for all M/WBE Subcontractors;
41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if
42 participation is less than stated goal, or no Business Equity participation is accomplished;
43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
44 all subcontracting/supplier opportunities; or
45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor-
46 Protege participation.
47
48 These forms can be accessed at:
49 Business Equity Utilization Form and Letter of Intent
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised June 7, 2024
004540-2
Business Equity Goal
Page 2 of 2
1 httDs://anus.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Equity Utilization
2 Form DVIN 2022 220324.Ddf
3
4 Letter of Intent
5 httDs://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
6 2021.Ddf
8 Business Equity Good Faith Effort Form
9 httns://anus.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort
10 Form DVIN2022.Ddf
11
12 Business Equity Prime Contractor Waiver Form
13 httns://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
14 Waiver-220313.Ddf
15
16 Business Equity Joint Venture Form
17 httr)s://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint
18 Venture 220225.Ddf
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
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 REOUIRED BUSINESS EOUITY 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 Access and Opportunity Services
Department at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised June 7, 2024
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on December 10, 2024, 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 Stripe -A -Zone, 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:
2024 On -Call Pavement Markings Contract
CPN 105906
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 Two Million and 00/100 Dollars ($2,000,000.00).
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
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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS OFFICIAL RECORD CPN 105906
Revised March 3, 2024
CITY SECRETARY
FT. WORTH, TX
00 52 43 - 2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
�06HOW► RI
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) Pregalifie-atien SWefnert
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
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.
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 overate
and be effective even if it is alleged or vroven that all or some of the damages being
sought were caused, in whole or in Dart, by anv act, omission or negligence of the citv.
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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised March 3, 2024 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 urovision
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 anv act,
omission or negligence of the citv.
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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised March 3, 2024 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 2276 of the Texas Government
Code, 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 2276 of the
Texas Government Code. To the extent that Chapter 2276 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, 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. 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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised March 3, 2024
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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised March 3, 2024
00 52 43 - 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: Stripe -A -Zone, LLC
By:
ll�B�
Jo Johnson ec 12, 202417:00 CST)
Signature
John Johnson
(Printed Name)
VP of Finance
Title
2714 Sherman Street
Address
Grand Prairie, Texas 75051
City/State/Zip
12/10/2024
Date
City of Fort Worth
By:
op�
Jesica McEachern
Assistant City Manager
Jan 16, 2025
Date
d F Fon°r°nca
Attest: $a a14
e r°
V aaan�^6gg4
Jannette Goodall, City Secretary
(Seal)
M&C: 24-1091
Date: December 10, 2024
Approved as to Form and Legality:
Douglas Black (Jan 10, 2025 20:09 CST)
Douglas W. Black
Sr. Assistant City Attorney
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 3, 2024
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
2024 On -Call Pavement Markings Contract
CPN 105906
Annual Term.
Start: 12/09/2024
Complete: 12/09/2025
006113-1
PERFORMANCE BOND
Page I of 2
1 SECTION 00 6113
2 PERFORMANCE BOND Bond No. SBP150008_050
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Stripe -A -Zane, LLC, known as "Principal" herein and Pennsylvania Insurance
8 Company, a corporate surety duly authorized to do business in the State of Texas, known as
9 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
10 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
I 1 sum of, Two Million and 00/100 Dollars ($2,000,000.00), lawfui money of the United States, to be
12 paid in Fort Worth, Tarrant County, Texas for the payment of which suln well and truly to be made,
13 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
14 severally, firmly by these presents.
15 WHEREAS, the Principal has entered into a ecttain written contract with the City awarded
16 the 10" day of December, 2024, 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 accessories
18 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in
19 said Contract designated as 2024 On -Call Pavement Markings Contract, CPN 105906.
20 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
21 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
22 perform the Work, including Change Orders, under the Contract, according to the plans,
23 specifications, and contract documents therein referred to, and as well during any period of
24 extension of the Contract that may be granted on the part of the City, then this obligation shall be
25 and become null and void, otherwise to remain in full force and effect.
26 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
27 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
28 Worth Division.
29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
31 accordance with the provisions of said statue.
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECWICAT10N DOCUMENTS CPN 105906
Revised December 8, 2023
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
40
41
0061 i3-2
PERFORMANCE BOND
Page 2 of
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this 9th
2024.
ATTEST:
(Principal) Secretary
11JrV,L.- hj✓
Witness as to Principal
Witness as to Surety Nick Patetta
PRINCIPAL:
day of December
[,LC
Name and Title
Address: 2714 Sherman Street
Grand Prairie, Texas 75051
SURETY:
Pennsylvania Insurance Company
BY: •
Signature
Aaron P. Clark. Attornev-in-Fact
Name and Title
Address: 10805 Old Mill Road
Omaha, NE 28154
Telephone Number: 402-827-3424
Email Address: aclark(iblockton.com
*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 elate of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH 2O24 On -Cali Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised December S, 2023
Annual Term:
Start: 12/09/2024
Complete: 12109/2025.
0061 14-1
PAYMENTBOND
Page I oft
1 SECTION 00 61 14 Bond No, SBP150008_050
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Stripe -A -Zone, LLC, known as "Principal" herein, and Pennsylvania Insurance
S Company, a corporate surety, duly authorized to do business in the State of Texas, known as
9 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
10 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
I 1 in the penal sum of Two Million and 001100 Dollars ($2,000,000.00), lawful money of the United
12 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and
13 truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
14 jointly and severally, firmly by these presents:
15 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
16 10" day of December, 2024, 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 accessories
18 as defined by law, in the prosecution of the Work as provided for in said Contract and designated
19 as 2024 On -Call Pavement Markings Contract, CPN 105906.
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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised December $, 2023
0061 14 - 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 9th day of
3 Decetnber , 2024.
4
PRINCIPAL:
Stripe -A -Zone LLC
ATTEST: B .
Sign re
(Principal) Secretary a e and Witle
5
6
7
8
9
10
IN
12
Al,",, C-i-,, J/,
Witness as to Principal IV
ATTEST:
I
(Surety) Secretary Nick Patetta
WiVess as to Surety Tami Jones
Address: 2714 Sherman Street
Grand Prairie, Texas 75051
SURETY:
Pennsylvania Insurance Company
BY:
r
Signature
Aaron P. Clark, Attorney -In -Fact
Name and Title
Address: 10805 Old Mill Road
Omaha, NE 28154
Telephone Number: 402-827-3424
Email Address: aclark rn�rlockton.com
Note: If signed by an officer of the Surety, there must 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 frorn 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 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised December 9, 2023
Maintenance Bond for Annual Bond Term Ending: 12109/2025
0061 19 - 1
MAINTENANCE BOND
Page I of
1 SECTION 00 61 19 Bond No. SBP150008_051
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Stripe -A -Zone, LLC, known as "Principal" herein and Pennsylvania Insurance
9 Company, a corporate surety duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
12 in the sum of Two Million and 00/100 Dollars ($2,000,000.00), lawful money of the United States,
13 to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made
14 unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors
15 and assigns, jointly and severally, firmly by these presents.
16
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the 10' day of December, 2024, which Contract is hereby referred to and a made part hereof for all
19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
20 as defined by law, in the prosecution of the Work, including any Work resulting from a duly
21 authorized Change Order (collectively herein, the "Work") as provided for in said contract and
22 designated as 2024 On -Call Pavement Markings Contract, CPN 105906; and
23
24 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
25 accordance with the plans, specifications and Contract Documents that the Work is and will remain
26 free from defects in materials or workmanship for and during the period of two (2) years after the
27 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
28
29 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
30 receiving notice from the City of the need therefor at any time within the Maintenance Period.
31
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
0061 19-2
MAINTENANCE BOND
Page 2 of 3
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall become null and void; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surety under this Maintenance bond; and
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; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH 2024 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised December 8, 2023
K
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
40
41
42
006119-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 9th day of December_
, 2024.
ATTEST:
A�
(Pnncipal)'IS"ecretary
JI.-, r
Witness as to Principal
ATTEST:
(Surety) S cretary Nick Patetta
W' ess as to Surety Tarni Jones
PRINCIPAL:
Stripe- ne�
BY:
Signature
V�
Name and Title
Address: 2714 Sherman Street
Grand Prairie, Texas 75051
SURETY:
Pennsylvania Insurance C any
BY: •
Signature
Aaron P. Clark, Attorney -In -Fact
Name and Title
Address: 10805 Old Mill Road
Omaha, NE 28154
Telephone Number: 402-827-3424
Email Address: aclarkna,lockton.com
*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.
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised December 8, 2023
California Insurance Company • Continental indemnity Company - Illinois Insurance Company • Pennsylvania Insurance Car»pany
10805 Old A,1111 Road - Omaha. Nebraska 68154
POWER OF ATTORNEY NO. LOCHOU01 0323
KNOW AI -I. MEN BY THESE PRESENTS: That the California Insurance Company, duly organized and existing tinder the lawsofthe Stateof
California and having its principal office in the County of San Mateo, California, and Continental Indemnity Company, Illinois Insurance
Company and Pennsylvania Insurance Company, corporations duly organized and existing under the laws of the State of New Mexico and
having their principal off ice in the County of Santa Fe, New Mexico does herby nominate, constitute and appoint:
Aaron P. Clark, Robert F. Bobo, Timothy F. Kelly, Teresa D. Kelly, Rachel Richardson, Laura Kneitz, Florence McClellan, Craig C Payne
Its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver liar and on its behalf as surety, and its act and deed any and all
bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or
I inancial guarantee) provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of. -
"Unlimited"
This Power of ,Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of
Directors of California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance
Company.
"RESOLV ED, That the President, Senior Vice President, Vice President, Assisted V ice President, Secretary, Treasurer and each of there
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 given power of attorney, to execute in
behaifof, and acknowledge as the act and deed of the California Insurance Company, Continental Indemnity Company, Illinois Insurance
Company and Pennsylvania Insurance Company, all bond undertakings and contracts ofsuretyship, and to affix the corporate seal
thereto."
IN WITNESS WHEREOF, California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and
Pennsylvania Insurance Company, has caused its ohficial seal to be hereunto affixed and these presents to be signed by its duly authorized
officer the 16th day of August 2023.
California Insurance Company, Cowinental Indemnity Company,
Illinois Insurance C Ippany, Pennsylvania Insurance Company
By y
Jeffrey A. Silver, Secretary
STATE OF NE13RASKA
COUNTY OF DOUGLAS SS:
On this 16th dayofAugusl A.D.2023, before mea Notary Public of the State of Nebraska, inand for the County of Douglas, duly commissioned and
qualified, carve TfIE A13OVE OFFICER OF THE COMPANY, to me personally knom) to be the individual and ollicer described in, and who executed the
preceding instrument, and he acknowledged the execution of the same, and being by me duly s%%orn, deposed and said that he is the officer of the said Company
aforesaid, and that the seal affixcd to the preced ing instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer
%%ere duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adapted by (lie Board of
Directors of said Company, rel'erred to in the preceding instrument is new in lbrce.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Do frVul, the day and ye r Alit above %witten,
1Q GENERAL, NOTARY • Slate of Nebraska
LINDA S. DAVIS (Notary Public)
. r My Comm. Exp, September t, 2027
I, the undersigned Officer of the California Insurance Company, a California Corporation of Foster City, California, Continental
Indemnity Company, Illinois insurance Company and Pennsylvania Insurance Company, New Mexico Corporations of Santa Fe, Nety
Mexico, do herby certify that the original POWER OF ATTORNEY of which the foregoing is full, true and correct copy is still in full force
and effect and has not been revoked.
IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal ofsaid Company, on the 9th day of December , 2024
-4A o9k
Jeffrey A. Silver, Secretary
IMPORTANT NOTICE -TEXAS
This bond has been issued by one of the North American Casualty Group insurance
carriers listed below:
Continental Indemnity Company
Illinois Insurance Company
Pennsylvania Insurance Company
California Insurance Company
SiriusPoint American Insurance Company
To obtain information or make a complaint:
You may call the insurance carrier's toll -free telephone number for information or
to make a complaint at:
(877) 234-4420
Please send all notices of claim on this bond to:
Applied Surety Underwriters - Surety Claims
10805 Old Mill Road
Omaha, NE 68154
(877) 234-4420
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: httn://www.tdi.state,tx.us
E-mail: ConsumerProtection5,tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you should
contact your agent or Applied Surety Underwriters first. if the dispute is not resolved,
you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the
attached document and is given to comply with Texas legal and regulatory
requirements.
AS-10010-NAC
(05-2022)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
006125-1
CERTIFICATE OF INSURANCE
Page 1 of 1
SECTION 00 6125
CERTIFICATE OF INSURANCE
END OF SECTION
CITY OF FORT WORTH 2O24 On -Call Pavement Markings Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105906
Revised July 1, 2011
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2024 On -Call Pavement Markinas Contract
M&C: 24-1091 CPN: 105906 CSO:
Date: 12/26/24
To:
Name
1.
Donnette Murphy
2.
Patricia Wadsack
3.
Lauren Prieur
4.
Priscilla Ramirez
5.
Doug Black
6.
Jesica McEachern
7
Ronald Gonzales
8
Janette Goodall
9
Allison Tidwell
10.
TPW Contracts
Department Initials
Risk -Approver b'
TPW Approver
TPW-Signer Signed in Agiloft
Legal -Approver -
Legal -Signer
ACM -Signer J.
CSCO-Approver R
CSCO-Signer JG
CSCO-Form Filler �-
TPw
DOCM
Date Out
01/03/25
01/09/25
01 /10/25
01 /10/25
01 /16/25
01 /17/25
01/17/25
01 /22/25
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 Re uired:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File Link to general conditions & specifications
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts a@fortworthtexas. qvv for pickup when complete. Call eat.
7233 or eat. 8363 with questions. Thank you!
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2024 On -Call Pavement Markinas Contract
M&C: CPN: 105906 CSO: DOC#:
Date: 12/04/24
To: Name Department Initials Date Out
I. John Johnson Vendor -Signer 77�1- 12/10/24
2. Quenell Johnson TPW-Signer 12/10/24
3. Leonel Rios TPW-Review 12/12/24
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: ❑YES ❑No
RUSH: []YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Reauired:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts(&,fortworthtexas.2ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
0Bond Verification
MM&C