Loading...
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