HomeMy WebLinkAbout205-13 RESOLUTIONRESOLUTION NO.205-13
A RESOLUTION AWARDING BID #13-52 AND AUTHORIZING THE
PURCHASE FROM TIME STRIPING, INC. OF THERMAL STRIPING, IN
VARIABLE AMOUNTS, FOR THE TRANSPORTATION DIVISION AS
NEEDED THROUGH THE END OF CALENDAR YEAR 2014
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid
#13-52 and authorizes the purchase from Time Striping, Inc. of thermal striping, in variable
amounts, for the Transportation Division as needed through the end of calendar year 2014.
PASSED and APPROVED this 15t" day of October, 2013.
APPROVED:
IC
ATTEST:
sY: �l�Sw�J
LISA BRANSON, Deputy jtbti(jkgk
' F rn'_
AYETTEVILLE : x=
r
•°•..•••�>>
�,,� �/1l1O N
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
October 15, 2013
City Council Meeting Date
Agenda Items Only
Terry Gulley Transportation Transportation Services
Submitted By Division Department
Action Keouirea:
'esolution awarding Bid 13-52 for and approving the purchase of thermal striping from Time Striping, Inc.
it prices as needed through the end of calendar year 2014.
$ 49,650.00
Cost of this request
4470.9470.)om.xx
Account Number
Various
Project Number
Budgeted Item
Category / Project Budget
Funds Used to Date
Remaining Balance
Budget Adjustment Attached
Various Capital Projects
Program Category / Project Name
Transportation Improvements
Trail Improvements
Program / Project Category Name
Sales Tax Capital Improvements
Fund Name
Previous Ordinance or Resolution #
Date
Original Contract Date:
r '".7V'�� Original Contract Number:
Date
- Oa o- `i-3n-zot3
�. Date
/0 -/ /°3
Date
Received in dy 2, - ' 3 IP v 7 `` V' �
Clerk's Office (J�
Received in E
Mayor's Office
Revised January 15, 2009
a ete-;i lile
ARKANSAS®
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Don Marr, Chief of Staff yyyy
From: Terry Gulley, Transportation Services Director �i�✓e'
Date: October 15, 2013
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
Subject: A resolution awarding Bid 13-52 for and approving the purchase of thermal striping from Time
Striping, Inc. in varying unit prices as needed through the end of calendar year 2014.
PROPOSAL:
The purchase of bulk construction materials and services is necessary to maintain the City's current
infrastructure and to implement the Capital Improvement Program projects outlined in the Annual Budget &
Work Program and five-year Capital Improvement Program. Sealed formal bids for thermal striping were
publicly read and the results are attached to this memo.
RECOMMENDATION:
Staff recommends approval of a resolution awarding Bid 13-52 for and approving the purchase of thermal
striping from Time Striping, Inc. in varying unit prices as needed through the end of calendar year 2014.
BUDGET IMPACT:
Funds for the acquisition of these materials and services have been budgeted in various capital projects within
the Sales Tax Capital Improvements Fund.
RESOLUTION NO.
A RESOLUTION AWARDING BID #13-52 AND AUTHORIZING THE
PURCHASE FROM TIME STRIPING, INC. OF THERMAL STRIPING, IN
VARIABLE AMOUNTS, FOR THE TRANSPORTATION DIVISION AS
NEEDED THROUGH THE END OF CALENDAR YEAR 2014
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid
#13-52 and authorizes the purchase from Time Striping, Inc. of thermal striping, in variable
amounts, for the Transportation Division as needed through the end of calendar year 2014.
PASSED and APPROVED this 151h day of October, 2013.
APPROVED:
ATTEST:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
aye ev.le
Bid 13-52, Construction - Thermal Striping Re -Bid
BID: 13-52
DATE: 09/26/13
TIME: 2:00 PM
CITY OF FAYETTEVILLE
;- "s Jyu'.7ri� 9TMN fTi 1,. .lj iY#,c§`rpc%^ty" k"•1..}f9m�'}, L""'S
� �x �� -Estip'►afe�° � Unit=of
f l ^` 1`ti xy.c L,.s'.. ?k'"'�w i d "� �� jp(t.+.'- t
Item'#
.T^.
A , �,
Descript�oi =�
,�
Tt►ne Str�prngr Inc ;.
'Quantity
Measure
UnitPrice*3.,tTOil
'[IAL:=.,>r:
1
Hot Truck Applied Thermoplastic White Or Yellow (4") -
15,000
LF
$1.25
$18,750.00
Per Linear Foot
2
Hot Applied Thermoplastic Arrows - Each
6
EA
$250.00
$1,500.00
3
Hot Applied Thermoplastic Words - Each
6
EA
$300.00
$1,800.00
4
Hot Applied Thermoplastic Railroad Emblems - Each
1
EA
$400.00
$400.00
Hot Applied Thermoplastic Handicap Emblems - Each
2
EA
$250.00
$500.00
5
(Blue Background With White Emblem)
6
Hot Applied Thermoplastic Pre -Form $harrows - Each
100
EA
$250.00
$25,000.00
(per MUTCD standard)
Hot 4" Hand Applied Thermoplastic For Parking Spaces -
100
LF
$2.00
$200.00
7
Per Linear Foot
Hot 12" Hand Applied Thermoplastic Stop Bars - Per
100
LF
$15.00
$1,500.00
8
Linear Foot
TOTAL BID BASED ON ESTIMATES =
$49,660.00
*NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CERTIFIED:
P. VICE, PURCHASING MGR
fJ_l
N
ARKAN SAS
City of Fayetteville, Arkansas
Purchasing Division — Room 306
113 W. Mountain
Fayetteville, AR 72701
Phone: 479.575.8220
TDD (Telecommunication Device for the Deaf): 479.521.1316
INVITATION TO BID: BID 13-52, Construction — Thermal Striping Re -Bid
DEADLINE: Thursday, September 26, 2013 before 2:00 PM, Local Time
DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Andrea Foren, CPPO, CPPB, aforen(a.fayetteville-ar.gov, 479.575.8220
DATE OF ISSUE AND ADVERTISEMENT: September 09 and September 16, 2013
INVITATION TO BID
Bid 13-62, Construction — Thermal Striping Re -Bid
No late bids shall be accepted. Bids shall be submitted in sealed envelopes labeled with the name
and address of the bidder.
All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid
documents attached hereto. Each bidder is required to fill in every blank and shall supply all
information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated
herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of
this offer. This offer is not subject'to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City
Purchasing Manager.
Name of Firm: ) >'Y1•P_ ` Y1i Di n
/�
1 � -
. A/
Contact Person: & Title: Pm MCI 106 ..QA
J &) s—
E-Mail: a 0+i"�-e f QI I' 1• done: 1-� q"
S41-3
Business Address:
City:
Signature:
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 1 of 17
State: Zip:
Date: o�
City of Fayetteville
Bid 13-52, Construction — Thermal Striping Re -Bid
General Terms and Conditions
1. SUBMISSION OF BID & BID EVALUATION:
a. Bids will be reviewed following the stated deadline, as shown on the cover sheet of this document.
b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division.
c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing
Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701'. The name, address of the firm and Bid, RFP, or
RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping
containers or boxes.
d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8220
to ensure correct receipt of bidding documents prior to opening time and date listed on the bid form.
e. Bidders must have experience in providing products and/or services of the same or similar nature. Bidders are
required to be on jobsite as scheduled and coordinated with the City. Failure to show up as scheduled will
subject bidder to disqualification for the remainder of the contract period.
f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to
the bid. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take
exception to a non-negotiable term will not disqualify it from consideration for award.
g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be
received before the time as shown by the atomic clock located in the Purchasing Division Office.
h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the
right to award bids in their entirety, none, or by line item.
i. Bid Bond Requirement: A cashier's check from a bank located in the State of Arkansas or job specific bid
bond, payable to the City of Fayetteville, Arkansas in an amount not less than five (5) percent of the
project amount is required for ALL bids submitted where to total sum base bid is $20,000 or more.
j. Performance and Payment Bond Requirement: In the event that a single project, as deemed by the City, is
$20,000 or more, the awarded bidder will be responsible for providing the City with a 100% performance
and payment bond PRIOR to any work being completed on such project. A 100% performance and
payment bond shall be submitted before notice to proceed is given or any work is started on the project.
k. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the
right to award bids in their entirety, none, or by line item.
1. All items and services bid shall meet the Arkansas Highway Department specifications for this bid.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All
questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the
Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification
to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be
responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the
contract.
3. DESCRIPTION OF SUPPLIES AND SERVICES:
Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 7 of 17
Protect Manual
ARKANSAS
CITY OF FAYETTEVILLE
ARKANSAS
CONSTRUCTION -
THERMAL STRIPING REmBld
BID # 13-52
Date: September 2013
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 2 of 17
aye ev ale
Project Check List
Bid 13-52, Construction — Thermal Striping Be -Bid
This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details
necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents.
Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder
from the responsibility of meeting all requirements of the Specifications concerning the preparation of an
acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using
this form itself is NOT a requirement.
[�r5o/. Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.)
- In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State
of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive
alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR.
12 All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the
actual addendums or marking acknowledgement on other bid pages).
All line items shall be appropriately filled out and extended to reveal the line item price as well as the
total bid price. Total base bid should be calculated in the provided space.
All bidders shall submit the following forms with each bid: Bid Pricing Form, Bid Proposal Form, &
Vendor References.
All pages provided with signature lines shall be appropriately signed, dated accordingly, and included
with submitted bid documents
All bid documents shall be delivered in a sealed envelope to the address listed below before the stated
deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder
(contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number.
City of Fayetteville, AR
Purchasing Division — Suite 306
113 W. Mountain
Fayetteville, AR 72702
CONTRACTOR NAME:
ARKANSAS CONTRACTORS LICENSE NUMBER: -W U c) ) n a o 6 41 t
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 3 of 17
TIME STRIPING, INC.
CREDIT/CONTACT INFORMATION
MAILING ADDRESS:
TIME STRIPING INC.
P.O. BOX 1236
VAN BUREN, AR 72957
PHYSICAL ADDRESS:
TIME STRIPING, INC.
5439 ARKHOLA RD.
VAN BUREN, AR 72956
PHONE: 479-474-0452 FAX: 479-474-0498
A/P CONTACT: PAM MCFARLAND DUNS # 61-177-0413
OWNERSHIP:
CINDY WILLIAMS, PRESIDENT 51%
JOHN TOWNSEND, EXEC VP/SECY-TREAS 49%
TYPE: C CORPORATION STATE: AR
FED ID: 71-0669392 YEAR EST: 1988
BANKING INFO: FIRST NATIONAL BANK PHONE: 479-788-4228
601 GARRISON AVE. FAX: 479-788-4602
FT. SMITH, AR 72901 CONTACT: SAM T. SICARD
CREDIT REFERENCES:
GREGORY INDUSTRIES PH: 330-477-4800 FAX: 330-477-0626
410013TH STREET SW CONTACT: TOM CLOSE - EXTN 165
CANTON, OH 44710
CROWN TECHNOLOGY
P.O. BOX 7337
COLUMBUS, GA 31908
SHERWIN WILLIAMS
122 W. POINTER TRAIL
VAN BUREN, AR 72956
ARROW BOLT & SCREW
5424 WHEELER AVE.
FORT SMITH, AR 72901
TRAFFIX DEVICES
160 AVENIDA LA PATA
SAN CLEMENTE, CA 92673
YEAGER HARDWARE
VAN BUREN, AR
PH: 800-457-6267 FAX: 706-553-9501
CONTACT: PAM KELLERT
PH: 479-474-9500 FAX: 479-474-8981
CONTACT: TRAVIS BALKMAN
PH: 479-646-0540 FAX: 479-474-5278
CONTACT: TERRI TERRY
PH: 949-361-5663 FAX: 949-361-9205
CONTACT: LINDA REDDERSON
PH: 479-474-5278
City of Fayetteville
Bid 13-52, Construction — Thermal Striping Re -Bid
Bid Form
Bid 13-52, Construction - Thermal Striping Re -Bid
A 5016 bid bond shall be submitted for all bids exceeding $20,000
Bid #
Date Issued:
Date and Time Of Bid Opening & Deadline:
Thursday, September 26, 2013 before 2:00 PM
13-52
Se temeber 09 and 16, 2013
Date Required: As Scheduled with Project Manager
F.O.B
Purchasing Agent Contact information:
Fayetteville, Arkansas
Andrea Foren, CPPB, CPPO,
479 575-8220, afioren@fayettevhile-ar.gov
Item #
Description
Estimated City.
UNIT PRICE
TOTAL
1
HOT TRUCK APPLIED THERMOPLASTIC
WHITE OR YELLOW (4") - per linear foot
15 000 LF
X
'
=
$ O l J V. 00
2
HOT EACH APPLIED THERMOPLASTIC ARROWS -
6 EA
X
r�5-6fi 0h
OC V
=
$ ' a00r 00
3
HOT APPLIED THERMOPLASTIC WORDS -
EACH
6 EA
x
3n01 do
j �'� (�
$ G d 60. 60
4
HOT APPLIED THERMOPLASTIC RAILROAD
EMBLEMS - EACH
1 EA
xD
� ��
_
$ �Od ,60
5
HOTAPPLIED THERMOPLASTIC
HANDICAP EMBLEMS - EACH (BLUE
BACKGROUND WITH WHITE EMBLEM)
2 EA
X
`��`�O
=
S-Do . vc)
$
6
HOTAPPLIED THERMOPLASTIC PRE-
FORM SHARROWS - EACH (per MUTCD
standard)
100 EA
x
$
7
HOT 4" HAND APPLIED THERMOPLASTIC
FOR PARKING SPACES - per linear foot
100 LF
x
a r
_
$
8
HOT 12" HAND APPLIED THERMOPLASTIC
STOP BARS - per linear foot
100 LF
X
15, OQ
=
L �a0 oIJ
$
Total Bid Based on Estimates
$ 4% LQGD , 60
A certified cashier's check or bid bond, payable to the City of Fayetteville, Arkansas in an amount not less than fire (5)
percent of the project shall be submitted for all bids exceeding $20,000. If awarded, a 100%performance and payment bond
must be submitted for all projects exceeding $20,000.
"ALL PAVEMENT MARKING MATERIAL AND LAY DOWN PROCEDURES MUST MEET CURRENT AHTD SPECIRCATIONS.
RESTRICTIONS OR EXCEPTIONS TO THE BID SHALL BE NOTED BELOW
I I I i l i
I I I I 1
I I ! II
EXECUTION OF BID
UPON SIGNING THIS BID, THE BIDDER CERTIFIES THAT THEY HAVE READ AND AGREE TO THE REQUIREMENTS
SET FORTH IN THIS BID PROPOSAL, INCLUDING SPECIFICATIONS, TERMS AND STANDARD CONDITIONS, AND
PERTINENT INFORMATION REGARDING THE ARTICLES BEING BID ON, AND AGREES TO FURNISH THESE
ARTICLES AT THE PRICES STATED.
ALL UNSIGNED BIDS WILL BE REJECTED
NAME OF FIRM
THIS FORM CONTINUES ON THE NEXT PAGE...
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 4 of 17
EXECUTION OF BID -
Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications
of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a
regular production option.
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as
specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support
as specified herein.
4. 1, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the
information provided herein is accurate and true.
5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and
conditions of employment in addition to all federal, state, and local laws.
6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists
between any principal or employee of your firm and any City of Fayetteville employee or elected City of
Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such
a relationship may result in cancellation of a purchase and/or contract as a result.of your response.
1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain):
7. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational
Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations.
8. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are
in compliance with the below Federal Executive Order. Certification can be done by completing and signing this
form.
a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors
receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its
principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency from doing business with the Federal Government.
b. Your signature below certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction
by any federal department or agency.
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM: I rY 'Nri 0 no C
Purchase OWer/Pawrlerits shall be issued to this name
*BUSINESS ADDRESS: Pi bm/ ' a 2�) 1p
*CITY: V lit t � `mot *STATE: a6l *ZIP: 0 6� `?
50
*PHONE: ki `"1 q 0 t — V `� FAX: I / "� I 1 �'
S\,
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 5 of 17
*E-MAIL: �DT (KCJA
*BY: (PRINTED NAME)
*AUTHORIZED S1GNA1
*TITLE:
Acknowledge Addendums:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 6 of 17
project. Brands or manufacturers. that are included in bid that are of at least equal quality, size, design, and specification
as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing
Division. The City of Fayetteville reserves the right to accept or reject any requested equal.
4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS:
a. In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the
following. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest
of the City.
b. The City of Fayetteville reserves the right to accept or reject any or all bids.
C. The City of Fayetteville reserves the right to cancel the entire bid.
d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to
bid or in bids submitted.
e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or
data without changing the terms of the bid.
5. COSTS INCURRED BY BIDDERS:
All expenses involved with the preparation and submission of bids to the City, or any work performed in connection
therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other
effort required of, or made by, the bidder(s) prior to contract commencement.
6. CONFLICT OF INTEREST:
a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect,
which would conflict in any manner with the performance or services required hereunder, as provided in City
of Fayetteville Code Section 34.26 titled Authority of City Employee to Contract With The City".
b. All bidders shall promptly notify Andrea Foren, City Purchasing Agent, in writing, of all potential conflicts of
interest for any prospective business association, interest, or other circumstance which may influence or
appear to influence the bidder's judgment or quality of services being provided. Such written notification shall
identify the prospective business association, interest or circumstance, the nature of which the bidder may
undertake and request an opinion to the City as to whether the association, interest or circumstance would, in
the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to
communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification.
7. WITHDRAWAL OF PROPOSAL:
A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized
representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the
Purchasing Division.
8. LATE PROPOSAL OR MODIFICATIONS:
Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received
prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the
Purchasing Division at (479) 575-8220 to verify receipt of their submittal documents prior to opening time and date listed.
9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all
local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s)
including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises
(DBE), & OSHA as applicable to this contract.
b. Pursuant to Arkansas Code Annotated §22-9-203 the City of Fayetteville encourages all qualified small,
minority and women's business enterprises to bid on and receive contracts for goods, services, and
City of Fayetteville, AR
Bid 13-52, Construction —Thermal Striping Re -Bid
Page 8 of 17
construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their
contract to qualified small, minority and women's business enterprises.
10. PROVISION FOR OTHER AGENCIES: N/A
11. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is
made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal
for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal
action.'
12. RIGHT TO AUDIT FOIA AND JURISDICTION:
a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to
purchases between the City and said vendor.
b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work
are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented
to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et seq.).
Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance.
C. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law
applying to the case.
13. CITY INDEMNIFICATION:
The successful bidder(s) agrees to indemnify the City and hold it harmless from and against any and all claims, liability,
loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed
trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof
covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the
subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to
submitting a proposal on this requirement.
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call
479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing
translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately.
16. PROCUREMENT POLICY FOR RECYCLED MATERIALS:
The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the
City and that such practices will serve as a model for other public entities and private sector companies.
17. PAYMENTS AND INVOICING:
The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted
for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the
Purchasing Division of any company name change, which would cause invoicing to change from the name used at the
time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit
worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through
bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not
agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 9 of 17
performed by the bidder would not justify such fee.
The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after
approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice.
18. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the
Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide
by any of the terms or conditions specified.
b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material
breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of
Fayetteville.
C. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel
and obtain from another source, any items and/or services which have not been delivered within the period of
time from the date of order as determined by the City of Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor
of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or
expense to the City
19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior
written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose
such intent in the bid submitted as a result of this bid.
b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City
within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action,
whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the
City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a
conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal
to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall
constitute approval for purpose of this Agreement.
20. NON-EXCLUSIVE CONTRACT:
Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop
during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently
contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of
multiple -term contracts, this provision shall apply separately to each item.
21. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for
proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the
bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is
responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly
prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either
an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall
prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification
and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but
not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal,
request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain
goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request
for qualification, bid or contract to be rejected.
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 10 of 17
22. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City
as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional
requirements as may become necessary.
23. ADD OR DELETE LOCATIONS OR SERVICES:
The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the
City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the
City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms,
conditions, and specifications.
24. INTEGRITY OF BID DOCUMENTS:
Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces
where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is
not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the
original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such
response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's
response and presented in the form of an addendum to the original bid documents.
25. CERTIFICATE OF INSURANCE:
The successful bidder shall provide a Certificate of Insurance in accordance with specifications listed in this request for
proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured.
Insurance shall remain valid, when applicable, throughout project completion.
This bid is considered a public improvement bid. Public improvement bids with a total of $20,000 or more shall
submit certificates of insurance within 10 days of notice of notice to proceed, after City Council approval.
Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the
following insurance which shall be maintained throughout the term of the bid. Any work sublet, the contractor shall
require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work
on the project is not protected under Workers' Compensation, the Contractor shall provide, and shall cause each
subcontractor to provide, adequate employer's liability insurance for the protection of such of his employees as are
not otherwise protected.
Workers' Compensation:
Statutory Amount
Comprehensive General & Automotive Liability:
$250,000 each person
$500,000 aggregate
Property Damage Liability:
$100,000 aggregate
General Liability:
$1,000,000 aggregate
26. PRICING:
a. Quoted prices shall be valid through December 31, 2014.
b. In the event of a general price schedule decrease during the contract period, the City shall be
guaranteed full benefit of the price reduction for all undelivered orders on the effective date of the
decrease and thereafter. Contractor guarantees against increases in quoted price for the first year of the
contract period. Thereafter in the event contractor's manufacturer/supplier increases the general price
schedule, the contractor may submit a price adjustment request to the Purchasing Office (Andrea Foren
— aforen(fayetteville-ar.aov). The price adjustment request will be accepted so long as the requested
increase in prices does not exceed the direct price increases published in the manufacturer's revised
general price schedule (for example if manufacturer's price increases $.10/unit, he may request an
adjustment not to exceed $.10/unit in the contract award price) The contractor shall submit a letter from
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 11 of 17
the manufacturer certifying the increased cost with each price adjustment request. All adjusted prices
must be competitive with the prevailing market price.
C. The City reserved the right to reevaluate bidders in their standing in the event of a vendor price increase.
27. OTHER GENERAL CONDITIONS:
a) Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any
manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way
affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of
misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of
the contract. No representations shall be binding unless embodied in the contract.
b) Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products
and services presented. Sales tax shall be included in the bid price. Applicable Arkansas sales tax laws will
apply to this bid.
c) Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of
services to the City of Fayetteville.
d) Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on
behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder.
e) The City reserves the right to request any additional information it deems necessary from any or all bidders after
the submission deadline.
f) The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit
the City to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs
incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a
cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any
expense so incurred, regardless of whether or not the proposal is accepted.
g) If products, components, or services other than those described in this bid document are proposed, the bidder
must include complete descriptive literature for each. All requests for additional information must be received
within five working days following the request.
h) NOTE: Any uncertainties shall be brought to the attention to Andrea Foren immediately via telephone
(479.575.8220) or e-mail (aforen0fayetteville-ar.clov ). It is the intent and goal of the City of Fayetteville
Purchasing Division to provide documents providing a clear and accurate understanding of the scope of
work to be completed and/or goods to be provided. We encourage all interested parties to ask questions
to enable all bidders to be on equal bidding terms.
i) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea
Foren, City of Fayetteville, Purchasing Agent via e-mail (aforendWavetteville-ar.gov) or telephone (479.575.8220).
No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All
questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written
addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a
contract is in place.
j) Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to
properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to
submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's
content or to exclude any relevant or essential data.
k) Bidders irrevocably consent that any legal action or proceeding against it under, arising out of, or in any manner
relating to this bid, or any contract entered related thereto, shall be governed by Arkansas law without regard to
conflicts of law principles. Proposer hereby expressly and irrevocably waives any claim or defense in any action
or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis.
City of Fayetteville, AR
Bid 13-52, Construction —Thermal Striping Re -Bid
Page 12 of 17
k) The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due
hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any
monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially
to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the
successful bidder shall be subject to prior liens of all persons, firms and corporations for services rendered or
materials supplied for the performance of the services called for in this Contract.
The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal
ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the
contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The
successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal,
State, and municipal governments or authorities in any manner affecting those engaged or employed in providing
these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals
having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in the
Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation,
order or decree, s/he shall herewith report the same in writing to City of Fayetteville.
28. ATTACHMENTS TO BID DOCUMENTS:
a. Bid 13-52, Attachment A — Figure 9C-9
29. INVOICING: All invoices shall be presented to the City with the minimum information listed below.
a. City Department that ordered the materials or services
b. Order Date
c. Delivery date or the date of service
d. Name of the City Employee that requested or picked up the goods, materials, or service
e. Bid Number that applies to the purchase and invoice. Amounts in the bid shall match invoicing.
City of Fayetteville, AR
Bid 1352, Construction — Thermal Striping Re -Bid
Page 13 of 17
City of Fayetteville
Bid 13-52, Thermal Striping Re -Bid
Specifications: State of Arkansas Specification# 719
719.01 Description. This item shall consist of furnishing and placing thermoplastic or heat -fused,
preformed thermoplastic pavement markings, including words, arrows, and emblems, of the color and type
specified, and the removal of pavement markings, all according to these specifications and in conformity with
the dimensions and at the locations shown on the plans or as directed.
The markings are to be placed under existing traffic conditions. The work shall comply with the MUTCD
except as modified by these specifications.
719.02 Materials. The material used shall be a product especially compounded for traffic markings and be
listed on the Departments Qualified Products List. Each container shall be clearly and adequately marked to
indicate the color, weight, batch or lot number, and type of material.
The material shall meet the requirements of AASHTO M 249. The pigments used for the yellow pavement
marking compound shall be heat resistant, silica encapsulated lead chromate yellow and moly oranges, which
shall produce a compound meeting the requirements of Fed. 595B Color No. 33538. The yellow marking
material shall contain a minimum of 4 percent by weight of the yellow pigment with a minimum lead chromate
content of 60 percent.
Heat -fused, pre -formed thermoplastic pavement marking material shall meet the requirements of AASHTO
M 249 with the exception of the relevant differences due to the material being pre -formed.
The material shall not break down or deteriorate if held at the plastic temperature for a period of 4 hours nor
by reason of 4 re-heatings to the plastic temperature. The temperature -viscosity characteristics of the
thermoplastic material shall remain consistent and there shall be no obvious change in the color of the
material.
The material shall not deteriorate by contact with sodium chloride, calcium chloride, or other chemical
formations on the roadway or streets, or because of the oil contact on pavement material, or from oil droppings
from traffic.
After application and proper drying time; material shall show neither appreciable deformation nor
discoloration under local traffic conditions and in air or road temperatures ranging from 0° F (-18° C) to 1600 F
(710 C). The material shall not smear or spread under normal traffic conditions at temperatures below 1600 F
(71 ° C).
Under this specification, the term "drying time" shall be defined as the minimum elapsed time after
application when the pavement marking shall have and retain the characteristics required in the preceding
paragraphs. In addition, the drying time shall be established by the minimum elapsed time after application
when traffic will leave no impression or imprint on the applied marking. The drying time shall not exceed a
characteristic straight-line curve, the limits of which are 2 minutes at 500 F (100 C) and 15 minutes at 900 F
(320 C), measured at a maximum relative humidity of 70%.
The pavement markings shall maintain its original dimension and placement. The exposed surface shall be
free of tack. Cold ductility of the material shall be such as to permit normal movement with the road surface
without chipping or cracking. The material shall not be slippery when wet and it shall not lift from the pavement
in freezing weather. The marking shall have a uniform cross section. The density and character of the material
shall be uniform throughout its thickness and shall be completely reflectorized both internally and externally.
The glass beads used for the drop -on application shall meet AASHTO M 247 with a Type 1 gradation and
shall be suitably treated to resist moisture and retain free flow properties. Beads shall not be specially treated
to enhance flotation.
719.03 Construction Requirements. The thermoplastic compound shall be screed or ribbon extruded to
the pavement surface. Heat -fused, pre -formed pavement markings shall be fusible to asphalt or portland
cement concrete surfaces by means of the normal heat of a propane weed -burner type of torch or other
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 14 of 17
heating device as recommended by the manufacturer.
The equipment used to apply the thermoplastic compound onto the pavement shall be suitably equipped for
heating and controlling the flow of the material. The equipment shall be constructed to provide continuous
mixing and agitation of the material. The conveying parts of the equipment, between the main material
reservoir and applicator, shall be so constructed as to prevent accumulation and clogging. The equipment shall
be constructed so that all mixing and conveying parts, up to and including the applicator, maintain the material
at the plastic temperature. The thermoplastic material shall be dispensed at a temperature recommended by
the manufacturer. The applicator shall include a cutoff device remotely controlled to provide clean, square
stripe ends and to provide a method for applying skip lines.
The thermoplastic reservoir shall be insulated and equipped with an automatic thermostatic control to
maintain the proper temperature of the material.
The thermoplastic machine shall comply with the requirements of the National Board of Fire Underwriters.
Beads applied to the surface of the completed stripe shall be applied by an automatic bead dispenser
attached to the pavement marking equipment in such a manner that the beads are immediately dispensed
upon the completed line. The bead dispenser shall be equipped with an automatic cutoff control, synchronized
with the cutoff of the pavement marking equipment. The beads shall be automatically applied at a minimum
uniform rate of 8 pounds (39 kg) of glass beads to every 100 square feet (100 sq m) of surface.
Heat -fused, pre -formed pavement markings shall be instantly highly reflective without the application of
additional glass beads.
Thermoplastic markings shall not be applied to the pavement surface when the pavement surface
temperature is less than 500 F (10" C) or when the pavement surface shows evidence of moisture.
On new concrete pavements where no pavement markings exist or on existing concrete or asphalt
pavements where the existing pavement markings are paint or thermoplastic and do not conflict with the
proposed pavement markings, blasting with water or sand or a combination thereof will be required to remove
any curing compound, oxidized paint or thermoplastic, or dirt to ensure a good bond. This blasting is
considered surface preparation. On newly constructed asphalt pavements any sand, grit, or other surface
contaminants must be removed using compressed air and/or sweeping. Water blasting may be necessary to
remove surface contaminants which cannot be removed by the use of compressed air and/or sweeping. This
work is considered surface preparation.
Conflicting pavement markings that exist shall be removed by blasting with water and/or sand or by
grinding. This blasting or grinding is considered pavement marking removal.
The thickness of thermoplastic markings above the roadway surface shall be 90 mils (2.3 mm) (a minimum
of 1584 pounds per mile [446 kg/km] of 4" [100 mm] line). The thickness will be measured by a device supplied
by the Contractor during the course of the project capable of measuring the thickness of the marking as
installed on the pavement. The minimum thickness, as required above, will be measured in the center of the
line when gauged by the equipment described above. The minimum thickness 1/2" (12 mm) from the edges
shall not be less than 75% of the thickness required in the center. Maximum thickness of markings is 3/16" (5
mm).
Heat -fused, pre -formed pavement markings shall be supplied with a minimum average thickness of 90 mils
(2.3 mm) before application on the roadway surface.
On concrete pavements, paint pavement markings according to Section 718 shall be applied as a primer for
the thermoplastic markings, except where thermoplastic markings are to be applied over existing
thermoplastic markings. Paint applied to concrete pavement solely as a primer will not be measured or paid
for separately, but full compensation there for will be considered included in the contract unit prices bid for
the various items of Thermoplastic Pavement Markings. A primer other than paint may be used when
recommended by the thermoplastic manufacturer. A primer is not required for asphalt pavements, but paint
pavement markings complying with Section 718 may be used by the Contractor as a primer at no cost to the
Department. When temperature limitations prohibit placement of thermoplastic markings within the 3 or 14
day limit specified in Section 604, the Contractor shall place painted markings according to Section 718.
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 15 of 17
Painted markings required due to temperature limitations will be measured and paid for under Section 604.
In this case, the Contractor shall maintain the painted markings at no additional cost to the Department until
the thermoplastic markings, including primer if required, are installed. Spotting the pavement for center line
location on two-way roadways is required. It will be the responsibility of the Contractor to spot using a string
line or chain so that spots are placed at intervals not exceeding 10' (3 m). The Department will establish the
no passing zones if required. On one-way roadways spotting is required for the initial edge line or lane line
placed. Edge lines and/or lane lines may be installed by referencing to center or lane lines. Edge lines shall
not be broken for driveways. The trace of the thermoplastic line shall be uniform. The finished lines shall
have well defined edges, shall be uniform in thickness, and shall be straight and true. No stripe shall be less
than the specified width. Any corrections of variations in width or alignment of the stripes shall not be made
abruptly. Lines that cannot be corrected to meet these requirements shall be removed in accordance with
Section 604 at the Contractors expense. Line removal as specified on the plans shall be performed in such
a manner that no conflicting pavement marking will be left in place. Removal of the pavement marking by a
means that will gouge the surface will not be permitted. The Contractor shall use only workers experienced
in installing thermoplastic markings.
719.04 Method of Measurement. (a) Thermoplastic Pavement Markings will be measured by the linear foot
(meter) of line of the width specified actually placed.
(b) Thermoplastic words and arrows will be measured by the unit.
(c) Thermoplastic railroad emblems will be measured by unit. One unit shall consist of both R's; the X; the
transverse lines; and the stop line near the track.
(d) Sand or water blasting in surface preparation will not be paid for separately, but full compensation there
for will be considered included in the contract unit price bid for Thermoplastic Pavement Marking.
(e) Removal of pavement markings will be measured and paid for under Section 604.
(f) Thermoplastic bike emblems will be measured by the unit. One unit shall consist of the words BIKE and
ONLY, and the diamond emblem as shown in the plan.
719.05 Basis of Payment.
(a) Thermoplastic Pavement Markings. Work completed and accepted and measured as provided above will
be paid for at the contract unit price bid per linear foot (meter) for Thermoplastic Pavement Markings of the
width specified, which price shall be full compensation for furnishing and installing markings; for surface
preparation; and for all labor, equipment, tools, furnishing thickness gauge, and incidentals necessary to
complete the work.
(b) Thermoplastic Pavement Marking (Words), (Arrows), (Railroad Emblems), and (Bike Emblems).
Work completed and accepted and measured as provided above will be paid for at the contract unit price bid
per each for Thermoplastic Pavement Marking (Words), (Arrows), (Railroad Emblems), and (Bike Emblems)
which price shall be full compensation for furnishing and installing Words, Arrows, Railroad Emblems; and Bike
Emblems for surface preparation; and for all labor, equipment, tools, and incidentals necessary to complete the
work.
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 16 of 17
City of Fayetteville
Bid 13-52, Construction —Thermal Striping Re -Bid
Attachment A — Figure 9C-9, Shared Lane Marking
Figure 9C-9. Shared Lane Markings
City of Fayetteville, AR
Bid 13-52, Construction — Thermal Striping Re -Bid
Page 17 of 17
BiAH.Ac
Broum • Hiller • Clark &Amodales
5500 Euper Lane
PO Box 3529
Ft. Smith, AR 72913 (479) 452-4000
www.bhca.com
Bid Bond
KNOW ALL MEN BY THESE PRFSFNTS, that we
(Here insert full name and address or legal title of Contractor)
Time Striping, Inc.
P. O. Box 1236
Van Buren, AR 72957
as Principal, hereinafter called the Principal, and
f Hero in.vor1 frrll. nnmv and ad/Iroxx nr legal title of .CtlrP.ty)
SureTec Insurance Company
1330 Post Oak Boulevard, Suite 1100
Houston, TX 77056
a corporation duly organized under the laws of the State of Texas
as Surety, hereinafter called the Surety, are held and firmly bound unto
lHere insert full name and address or legal title of Owner)
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID
Dullars ($ 5% ), for the paymem
of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Bid 13-52, Construction - Thermal Striping Re -Bid
(Here insert full name, address and description of project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in acenrdnane with the terms of such bid, and give such bond or bonds as may be specified in the
bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the
prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal
to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void,
otherwise to remain in full force and effect.
Signed and sealed this 26th
l� j
ate. _' � L
ON W 4 MR. 11001, a
bm� ; I. , M.
day of September 2013
Time Striping, Inc.
(principal) (Seal)
(Title)
ur Tec Insurance Company
(Su ty
t'Ti ) (Seal)
Scott R. Clark, Attorney -in -Fact
AtA Document A31OTM —1970, Copyright O 1963 and 1970 by The American Institute of Architects.
POA#: 410013
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Elizabeth Solomon, Janice A. Butler, Marty C. Clark, Scott R. Clark, Shannon C. Schmidly, Sarah K. Day, Sarah Brownfield
its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for:
Three Million and 00/100 Dollars ($3,000,000.00)
and to bind the Company thereby as fully. and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment shall continue in force until 12/31/2016 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice-President,.any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20" of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 21st day of March, A.D. 2013. SURETEC INSURANCE COMPANY
O s By:
w i n John Knox Jr: resident
State of Texas ss: 9s •� 1 s-
County of Harris fs
On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seat of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
��,prsu JACQUELYN MALAONADO J
Notary Public
State of Texas
OF My Comm. Exp. 5/16/2017 Jacq elyn Maldonado, Notary Public
My commission expires May 18, 2017
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 26th day of September 2013 , A.D.
n
Breit Beaty, Assistant Secretary
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:0' pm CST.