Loading...
HomeMy WebLinkAbout17-15 RESOLUTIONRESOLUTION NO. 17-15 A RESOLUTION TO AWARD BID #15-11 AND AUTHORIZE THE PURCHASE OF PREFORMED THERMOPLASTIC PAVEMENT MARKINGS FROM FLINT TRADING, INC. FOR VARYING UNIT PRICES AS NEEDED THROUGH THE END OF CALENDAR YEAR 2015 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 #15-11 and authorizes the purchase of preformed thermoplastic pavement markings from Flint Trading, Inc. for varying unit prices as shown in the bid sheet attached to this Resolution as needed through the end of calendar year 2015. F_ L PASSED and APPROVED this 20th day of January, 2015. ATTEST: SONDRA E. SMITH, City Clerk/Treasurer I'TRF`°0is ``eve °G�� Y p • ° SG`�''. FAYETTEVfLLE; list j 0% City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 �' A� 479-575-8323 Text File File Number: 2014-0590 Agenda Date: 1/20/2015 Version: 1 Status: Passed In Control: City Council File Type: Resolution Agenda Number: A. 13 BID #15-11 FLINT TRADING, INC.: A RESOLUTION TO AWARD BID #15-11 AND AUTHORIZE THE PURCHASE OF PREFORMED THERMOPLASTIC PAVEMENT MARKINGS FROM FLINT TRADING, INC. FOR VARYING UNIT PRICES AS NEEDED THROUGH THE END OF CALENDAR YEAR 2015 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 #15-11 and authorizes the purchase of preformed thermoplastic pavement markings from Flint Trading, Inc. for varying unit prices as shown in the bid sheet attached to this Resolution as needed through the end of calendar year 2015. City of Fayetteville, Arkansas Page 1 Printed on 112112015 City of Fayetteville Staff Review Form 20.4-0590 Legistar File ID 1/20/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Terry Gulley 12/26/2014 Transportation Services/ Transportation Services Department Submitted By Submitted Date Division / Department Action Recommendation: A resolution awarding Bid 15-11 to and authorizing the purchase of Preformed Thermoplastic Pavement Markings from Flint Trading, Inc., in variable amounts, as needed through the end of calendar year 2015. Budget Impact: Various Various Account Number Fund Various Various Project Number Project Title Budgeted Item? Yes Current Budget $ - Funds Obligated $ - Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget i j V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: The "item cost" and "current budget" boxes have been left blank because these items will vary depending upon the Transportation Division's fluctuating needs based on citizen service requests received, construction projects approved, and other variable factors. CITY OF 7ay lle ARKANSAS MEETING OF JANUARY 20, 2015 TO: Mayor and City Council THRU: Don Marr, Chief of Staff FROM: Terry Gulley, Transportation Services Director DATE: December 26, 2014 SUBJECT: Bid 15-11, Preformed Thermoplastic Pavement Markings RECOMMENDATION: Staff recommends a resolution awarding Bid 15-11 and authorizing the purchase of preformed thermoplastic pavement markings from Flint Trading, Inc., in variable amounts, as needed through the end of calendar year 2015. BACKGROUND: The purchase of bulk construction materials and services is necessary to maintain current infrastructure and to implement the projects outlined in the Capital Improvements Program and Annual Budget and Work Program. Sealed bids in accordance with State statutes, City ordinances, and purchasing procedures were publicly read and the results are attached to this memo. DISCUSSION: The low bid for preformed thermoplastic pavement markings was submitted by Flint Trading, Inc. This vendor has been used in the past and their product meets all necessary specifications. BUDGET/STAFF IMPACT: Funds for the acquisition of materials and services have been budgeted in various capital projects within the Sales Tax Capital Improvements Fund and Street Fund operating programs. Attachments: Bid 15-11 Tabulation Bid Submittal Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF Bid: 15-11 Date: TIM1 2:00 P 4 TIME: 2:00 PM CITY OF FAYETTEVILLE ARKANSAS Bid 15-11, Preformed Thermoplastic Pavement Markings Flint Trading Inc Item DESCRIPTION Est Qty Unit PRICE PER UNIT EXTENDED PRICE Preformed Thermoplastic Pavement Markings, 1 including shipping, priced per square foot, 700 SF $ 4.03 $ 2,821.00 including shipping TP 21 — Running Bond Decorative Brick 2 Thermoplastic Pavement Markings —2 foot by 500 EA $ 38.76 $ 19,380.00 2 foot pieces, priced each including shipping TP 36 — Boarder for Decorative Brick 3 Thermoplastic Pavement Markings — priced 200 EA $ 19.38 $ 3,876.00 each including shipping 4 Traffic Pattern Sealer Kit 5 Kit $ 85.00 $ 425.00 5 Preform shared lane markings per MUTCD 100 EA $ 137.27 $ 13,727.00 Figure 9C-9 TOTAL BID PRICE: $ 40,229.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by city officials. Agent RE: Bid 15-11, Preformed Thermoplastic Pavement Markings This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. The bid form for this bid has been revised per this addendum. All bidders shall use the appropriate attached revised bid form. 2. The City has added line item 5 to include preform shared lane markings (sharrow) at an estimated quantity of 100 per year. 3. Line item 5 shall meet MUTCD Figure 9C-9 as further specified in this Addendum, Premark item# 892301464HS or equal. 4. All bids for Line item 5 shall meet Figure 9C-9. Shares! Lane Marking Figure 9C-9. City of Fayetteville, AR Bid 15-1.1, Addendum 1 Page 114 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 CITY OF City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain St. \e 11evi11e Fayetteville, AR 72701 Phone: 479.575.8220 ARKANSAS TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 15-11, Preformed Thermoplastic Pavement Markings DEADLINE: Friday, December 19, 2014 before 2:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPO, CPPB, aforen@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Thursday, December 4, 2014 and Thursday, December 22, 2014 INVITATION TO BID Bid 15-11, Preformed Thermoplastic Pavement Markings No late bids will 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: Flint Trading, Inc Contact Person: Dane Alsabrook Title: Assistant Vice President E -Mail: contracts(o)ennisflinf com Phone: 469-522-5863 Business Address: 115 Todd court — City: Thomasville State: NC Zip: 27360 Signature: Date: City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 1 of 15 12-15-14 City of Fayetteville Bid 15-11, Preformed Thermoplastic Pavement Markings Bid Form --Addendum 1 DATE REQUIRED AS A COMPLETE UNIT: Delivery shall be made within 25 calendar days from date of received Purchase Order. FOB Destination: City of Fayetteville Transportation Division, 1455 S. Happy Hollow Road, Fayetteville, AR 72701 ?s , .x^c-zy ,.,'x3'' �c� „J,,. • .•,;...m'F --}��, _ [�'', `�'a.+>...Xx� r, ,�.,' ~T" S•.Srl'a'-.., .. .f { es,�� J's'._ ;�f .,,h. �' f'�'^r�..�-n+_y..;"'no-,,, } 3L-c�y ,rte. h cc.nnu-rr._'�> .� '• gaY.,z�s�a^'S`'.>. '. Cl.^l 'h `e" 3k ^a.��.a' h'�FS�s' air" a nsIr�cltld�Si�°n� i�P 1�o'g,J[YY• ]3 < S Yd S Y = Rf F.. ryr _�• %rrF�F ,�� 5 "`t-`, I7tcP . s t f `yr i s :,.T.eS �`�xv.%�.,vK C ae',3ti7: 7_.r;..-c.......�...Y.�.iZ+.'.:2�.� .. -...—� ....w..., .. .w: '-"3un, .. TP 21 —Running Bond Decorative Brick 2'x2' piece Thermoplastic Pavement Markings -2 500 — $ 19,380.00 2 foot by 2 foot pieces, priced each each x $ 38.76 per each including shipping R*,t+ �. p4.��•7 -;,t. \ jam t3'^xrw. vt Y gt.-a °' ,,piece- piece- u'fa 'y. 2� 5P 3� $o�rd�P ftlr Deczt�Cat yBriek 00 T me> 111tareClgs r ermopfasflal av 1 uz eac�hx ' 9 ��t t j- . .�Y�{�cl<c�d�eaelailLR�drngsfil�p�ngS�'z �' ���y < _$ y 4 5 Traffic Pattern Sealer Kit x $ 425.00* per kit 5 85.00 per each s r tea; ».� .. ✓ u .+� ti f L z- l .. x t Pte oral shared{lane maYktngs per=MUTCD s 1F7© x Y t $ 13 72! 0(;) } `, {F1gul�� 9C seer each S 12L k x *Prices for line items 2 & 3 include required amount of Traffic Patters Sealer for Please Specify for Unit(s) Bid: application of these items. *MANUFACTURER: Flint Trading Inc. Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City intends on awarding this bid to a single vendor. BID FORM CONTINUES ON NEXT PAGE City of Fayetteville, AR Bid 14-64, Addendum 1 Page 214 Telecommunications Device for the Deaf 100 (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 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. City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 3 of 15 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Flint Trading, Inc Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name same *BUSINESS ADDRESS: 115 Todd Court *CITY: Thomasville *STATE: NC *Z[I: 27360 *PHONE: 469-522-5863 _ FAX: 36 -475 - *E -MAIL: contracts@ennisflintcom *BY: (PRINTED NAME) Dane Alsabrook *AUTHORIZED SIGNATURE:ijzte'vzJ'C'17k *TITLE Assistant Vice President *DUNS NUMBER: 60-646-7819 CAGE NUMBER: n/a *TAX ID NUMBER: 56-1736552 Acknowledge Addendums: Addendum No. ) Dated: 24I Acknowledged b Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 4 of 15 City of Fayetteville Bid 15-11, Preformed Thermoplastic Pavement Markings General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall 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 shall not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding documents rp for 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. Failure to provide materials bid will subject bidder to disqualification for the remainder of the calendar year. Failure to deliver poor or inadequate services, on a consistent basis or more than three 13) times in a calendar year will subiect bidder to disqualification for the remainder of the calendar year. 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. All items and services bid shall meet the Arkansas Highway Department specifications for this bid. j. Bids shall be valid for the calendar year 2015, ending December 31, 2015 on an as needed basis. 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 City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 5 of 15 for this 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: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. 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. WITHDRAWLOF 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 insure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 6 of 15 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 business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 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 JURISDICITON: 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 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. City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 7of15 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 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. City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 8 of 15 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. 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. City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 9 of 15 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. PRICING: a. Prices bid shall be firm through December 31, 2015. 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.gov). 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 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 reserves the right to reevaluate bidders in their standing in the event of a vendor price increase. 26. 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 not to be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. 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 City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 10 of 15 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 (aforen@fayetteville-ar.gov). 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 (aforen@fayetteville-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 Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. 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 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. m. 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 these 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. 27. ATTACHMENTS TO BID DOCUMENTS: a. ATTACHMENT A —SPECIFICATION —TRAFFIC PATTERNS City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 11 of 15 b. ATTACHMENT B — DECO MARK CROSSWALK LAYOUT c. ATTACHMENT C—TP-21 RUNNING BOND LAYOUT 28. 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 15-11, Preformed Thermoplastic Pavement Markings Page 12 of 15 City of Fayetteville Bid 15-11, Preformed Thermoplastic Pavement Markings Specifications 1. SPECIFICATIONS a. The quantity provided in the bid form is an estimate. The City of Fayetteville reserves the right to purchase more or less depending on need. b. Orders will be made on an as needed basis. c. The markings must be a resilient white, yellow or other color thermoplastic product, the surface of which must contain glass beads and abrasives in an alternating pattern. The markings must be resistant to the detrimental effects of motor fuels, lubricants, hydraulic fluids, etc. Lines, legends, and symbols are capable of being affixed to bituminous and/or Portland cement concrete pavements by the use of the normal heat of a propane torch. d. The markings must be capable of conforming to pavement contours, breaks, and faults through the action of traffic at normal pavement temperatures. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastic when heated with the torch. e. The markings shall not have minimum ambient and road temperature requirements for application, storage, or handling. 2. MANUFACTURING CONTROL AND ISO CERTIFICATION: The manufacturer must be ISO 9001:2008 certified and provide proof of current certification. The scope of the certification shall include manufacture of reflective highway markings. 3. MATERIAL: Must be composed of an ester modified rosin resistant to degradation by motor fuels, lubricants, etc. in conjunction with aggregates, pigments, binders, abrasives, and glass beads which have been factory produced as a finished product, and meets the requirements of the current edition of the Manual of Uniform Traffic Control Devices for Streets and Highways. The thermoplastic material conforms to AASHTO designation M249-79 (98), with the exception of the relevant differences due to the material being supplied in a performed state. a. GRADED GLASS BEADS: i. The material must contain a minimum of thirty percent (30%) intermixed graded glass beads by weight. The intermixed beads shall be clear and transparent. Not more than twenty percent (20%) consists of irregular fused spheroids, or silica. The index of refraction shall not be less than 1.50. ii. The material must have factory applied coated surface beads and abrasives in addition to the intermixed beads at a rate of %2 pound (+/- 20%) per 11 square foot. The surface beads and abrasives must be applied in an alternating arrangement across the surface of the material so that the surface is covered in what is best described as a "checkerboard" pattern of glass beads and abrasive materials. The abrasive material must have a minimum hardness of 8 (Mohs scale). These factory applied coated surface beads shall have the following specifications: 1) Minimum 80% rounds 3) Minimum Si02 2) Minimum refractive index of 1.5 4) Minimum iron content of 0.1% City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 13 of 15 Size Gradation Retained, % Passing, % US Mesh Urn 12 1700 0-2% 98-100% 14 1400 0-6% 94-100% 16 1180 1-21% 79-99% 18 1000 28-62% 38-72% 20 850 62-71% 29-38% 30 600 67-77% 23-33% 50 300 86-95% 5-14% 80 200 97-100% 0 - 3% b. Pigments: i. White: The material shall be manufactured with sufficient titanium dioxide pigment to meet FHWA Docket No. FHWA 99-6190 Table 5 and Table 6 as revised and corrected. ii. Red, Blue, and Yellow: The material shall be manufactured with sufficient pigment to meet FHWA Docket No. FHWA-99-6190 Table 5 and Table 6 as revised and corrected. The yellow pigments must be organic and must be heavy-metal free. iii. Other Colors: The pigments must be heavy-metal free. iv. Items 2 and 3 shall be brick red with white grout lines. c. Heating Indicators: The top surface of the material (same side as the factory applied surface beads) shall have regularly spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so satisfactory adhesion and proper bead embedment has been achieved and a post -application visual cue that the installation procedures have been followed. d. Skid Resistance: The surface of the preformed thermoplastic material shall contain factory applied non- skid material with a minimum hardness of 8 (Mohs scale). Upon application, the material shall prove a minimum skid resistance value of 60 BPN when tested according to ASTM E 303. e. Thickness: The material must be supplied at a minimum thickness of 90 mils (2.29mm) or 125 mils (3.15 mm) f. Retro reflectivity: The performed retro reflective marking materials upon application shall exhibit adequate and uniform nighttime retro reflectivity. The marking materials shall have the following retro reflectivity as measured using a Delta LTL 2000 or LTL-X Retroreflectometer White preformed reflective marking materials — minimum of 275 mcd-m_Z-1x' Note: Initial retroreflection and skid resistance are affected by the amount of heat applied during installation. When ambient temperatures are such that greater amounts of heat are required for proper installation, initial retroreflection and skid resistance levels may be affected. g. Environmental Resistance: The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to oil and gasoline. h. Abrasives: The abrasives and surface beads must be applied in an alternating arrangement across the surface of the material so that the surface is covered in what is best described as a "checkerboard" City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 14 of 15 pattern of glass beads and abrasive materials. The abrasive material must have a minimum hardness of 8 (Mohs scale). 4. APPLICATION: a. Asphalt: The materials shall be applied using the propane torch method recommended by the manufacturer. The material must be able to be applied without minimum requirements for ambient and road temperatures and without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. Supplier must enclose application instructions with each box/package. b. Portland Concrete: The same application procedure shall be used as described under Section 4.1. However, a compatible primer sealer may be applied before application to assure proper adhesion. S. PACKAGING: The preformed thermoplastic markings shall be placed in protective plastic film with cardboard stiffeners where necessary to prevent damage in transit. Linear material must be cut to a maximum of 3 foot long pieces. Legends and symbols must also be supplied in flat pieces. The cartons in which packed shall be non -returnable and shall not exceed 40 inches in length and 25 inches in width, and be labeled for ease of identification. The weight of the individual carton must not exceed seventy (70) pounds. A protective film around the box must be applied in order to protect the material from rain or premature aging. 6. TECHNICAL SERVICES: The successful bidder shall provide technical services as required. 7. PERFORMANCE: The preformed thermoplastic markings shall meet state specifications and be approved for use by the appropriate state agency. City of Fayetteville, AR Bid 15-11, Preformed Thermoplastic Pavement Markings Page 15 of 15 Traf icPattems 125 Bid 15-11, Attachment A SPECIFICATION INTERCONNECTED PREFORMED THERMOPLASTIC PAVEMENT MATERIAL USE: A durable, pavement overlay material suitable for streetscape and traffic calming purposes on public roads and private properties. The material shall be equally suitable for concrete and asphalt surfaces. 1.1. The material must be a resilient preformed thermoplastic product which contains a minimum of thirty percent (30%) intermixed anti-skid/anti-slip elements and where the top surface contains anti-skid/anti-slip elements. These anti- skid/anti-slip elements must have a minimum hardness of 8 (Mohs scale) and meet the following gradation: Size Gradation Intermix Drop - On US Mesh Retained, % Passing, % Retained, % Passing, % 10 _g 2000 0-10% 90-100% 12 1700 5-25% 75-95% 14 1400 15-50% 50-85% 16 1180 15-50% 50-85% 0-5% 95-100% 18 1000 10-30% 70-90% 0-10% 90-100% 20 850 0-5% 95-100% 5-25% 75-95% 25 710 0-2% 98-100% 15-50% 50-85% 30 600 15-50% 50-85% 35 500 5-25% 75-95% 40 425 0-10% 90-100% 1.2. The material must be resistant to the detrimental effects of motor fuels, antifreeze, lubricants, hydraulic fluids, etc. 1.3. The material shall be capable of being applied on bituminous and/or portland cement concrete pavements by the use of a handheld heat torch, an infrared heater, or a blue -flame radiant heater. The use of a compactor or similar equipment shall not be necessary. The material must be able to be applied to asphalt and concrete surfaces without preheating the application surface to a specific temperature. The material must be capable of being affixed to green concrete (concrete that has set but not appreciably hardened). The material shall not require the portland cement concrete application areas to be cured or dried out. 1.4. The material must be capable of conforming to pavement contours, breaks and faults through the action of traffic at normal pavement temperatures. It shall not be necessary to use a grid template or to make pattern grooves or other indentations in the asphalt or concrete surface prior to applying the material. It shall not be necessary to inlay the material in grooves or indentations. It shall not be necessary to heat the pavement or application surface to a specific temperature. 1.5. The material is typically supplied in segments measuring 24 in. by 24 in. The material must be factory assembled and interconnected with a compatible material, so that it is unnecessary to assemble the individual "brick" pieces at thejobsite. Certain 24 in. by 24 in. material segments may be rotated to create additional pattern options using standard parts. 1.6. Interchangeable, patterned borders shall be available in either 8 in. or 12 in. wide by 24 in. long sizes, to allow flexibility in design options using standard parts. 1.7. The material must be able to be applied in temperatures down to 45°F without any special storage, preheating or treatment of the material before application. 1.8. The material must be able to be applied to asphalt and concrete surfaces without using a grid template and without forming a pattern in the application surface. Heating indicators must be evenly distributed on the surface of the material in order to ensure correct application. 1.9. The material must cover the entire application area and be flush across the surface. Once applied, no part of the pavement surface must be visible in the application area. 2. MANUFACTURING CONTROL AND ISO CERTIFICATION: The manufacturer must be ISO 9001:2008 certified for design, development and manufacturing of preformed thermoplastic, and provide proof of current certification. Page 1 of2 12.19.11 TrafficPattems I25 3. MATERIAL: Must be composed of an ester modified rosin impervious to degradation by motor fuels, lubricants, etc. in conjunction with aggregates, pigments, binders, and anti-skid/anti-slip elements. Pigments and anti-skid/anti-slip elements must be uniformly distributed throughout the material. The thermoplastic material conforms to AASHTO designation M249, with the exception of the relevant differences due to the material being supplied in a preformed state, being non -reflective, and potentially being of a color different from white or yellow. 3.1. Pigments: 3.1.1. White: The material shall be manufactured with sufficient titanium dioxide pigment to meet FHWA Docket No. FHWA-99-6190 Table 5 and Table 6 as revised and corrected. 3.1.2. Red, Blue, and Yellow: The material shall be manufactured with sufficient pigment to meet FHWA Docket No. FHWA-99-6190 Table 5 and Table 6 as revised and corrected. The pigment system must not contain heavy metals nor any carcinogen, as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. 3.1.3. Other Colors: The pigment system must not contain heavy metals nor any carcinogen, as defined in 29 CFR 1910.1200 in amounts exceeding pennissible limits as specified in relevant Federal Regulations. 3.2. Heating indicators: The top surface of the material shall have regularly spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so satisfactory adhesion and proper embedment of anti-skid/anti-slip material has been achieved, and a post -application visual cue that the application procedures have been followed. 3.3. Skid Resistance: The surface of the preformed thennoplastic material shall contain factory applied anti-skid material with a minimum hardness of 8 (Mobs scale). Upon application the material shall provide a minimum skid resistance value of 60 BPN when tested according to ASTM E 303. 3.4. Slip Resistance: The surface of the preformed thermoplastic material shall contain factory applied anti-skid material with a minimum hardness of 8 (Mobs scale). Upon application the material shall provide a minimum static friction of coefficient of 0.6 when tested according to ASTM C 1028 (wet and dry), and a minimum static coefficient of friction of 0.6 when tested according to ASTM D 2047. 3.5. Thickness: The material must be supplied at a minimum thickness of 125 mil (3.18 mm). 3.6. Environmental Resistance: The material must be resistant to deterioration due to exposure to sunlight, water, salt or adverse weather conditions and impervious to oil and gasoline. 3.7. Interconnected: The material must consist of interconnected individual pieces of preformed thermoplastic pavement material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each material segment (typically 24 in. by 24 in.) must be factory assembled and interconnected with a compatible material so that in the field it is not necessary to assemble the individual pieces within a material segment. Multiple patterned border segment options shall be available in the material in either 8 in. or 12 in. wide by 24 in. long sizes. 4. APPLICATION: 4.1. Asphalt: The material shall be applied using the propane torch method or an infrared heater recommended by the manufacturer. The material must be able to be applied at ambient and road temperatures down to 45°F without any preheating of the pavement to a specific temperature. A sealer specified by the manufacturer must be applied to the substrate prior to material application to ensure proper adhesion, and to provide reinforcement for larger volumes of material. A thermometer shall not be required during the application process. The pavement shall be clean, dry and free of debris. Supplier must enclose application instructions with each box/package, or make available on website. 4.2. Portland Cement Concrete: The same application procedure shall be used as described under Section 4.1. 5. PACKAGING: The preformed thermoplastic material shall be placed in protective plastic film with cardboard stiffeners where necessary to prevent damage in transit. The cartons in which packed shall be non -returnable and shall not exceed 25 in. in length and 25 in. in width, and be labeled for ease of identification. The weight of the individual carton must not exceed fifty (50) pounds. A protective film around the box must be applied in order to protect the material from rain or premature aging. 6. TECHNICAL SERVICES: The successful bidder shall provide technical services as required. Page2of2 12.19.11 Bid 15-11, Attachment C 24" ii 1iPiE LJ L.i L Interconnected preformed thermoplastic pavement marking material combines look of brick and grout pattern. • 2' x 2' sheet • 125 -mil thick • Pattern repeats horizontally and vertically • Can be rotated for additional design variability • 3/4" grout lines and 7-1/4" X 3-1/4" bricks with rounded corners • Surface -applied with infrared heater or propane heat torch • Applies to asphalt or concrete • No stamping templates or grids required Use Running Bond TP21 alone or choose from 7 different border options_ ITP21-RBSD - Brick Red bricks, Sand grout Example: shown below TP21 pattern / TP40 border Interconnected, Surface -Applied Preformed Thermoplastic Crosswalks and Traffic Calming Surfaces for Asphalt and Concrete TrafficPatterns° provides a cost-effective, traditional look and alternative to the use of brick and stone pavers be- cause the material is surface applied and virtually maintenance free. The pattern and color combinations of the interconnected sheets allow designers the flexibility to create the ideal crosswalk or traffic calming pattern that complements the overall streetscape design. PREFORMANCE-BASED FEATURES AND BENEFITS • Engineered as heavy-duty intersection grade pavement marking material with enhanced durability • 125 -mil; interconnected sheets of material • High skid/slip resistant for safety. As material wears, new anti-skid elements are exposed. • Can be applied on newly -stamped asphalt as soon as the road surface cools and sets • Does not alter substrate • Does not require stamping templates or grids • Open to traffic minutes after application • ADA compliant - Pedestrian and wheelchair friendly surface Eliminates the maintenance and safety concerns of loose pavers • All preformed thermoplastic materials are made at Ennis -Flint's manufacturing facility which is ISO 9001:2008 certified for design, development and manufacturing of preformed thermoplastic. Quality, value and long-term performance are built into the marking. Anti-skid elements are added at time of manufacturing for optimized application at the jobsite. TrafficPattems°does not require expensive capital equipment, customized tools, templates orglids forapplication.The 2'x 2'sheets of interconnected material are easily lifted and positioned onto an asphalt orconcrete surface. Border seg- ments can be added fordesign variability. Application is simple with a large infrared heaterora propane heat torch. STANDARD PATTERNS (2'x2' Sheets) lit=il) 'V'4 1d111 111111 RUNNING HERRINGBONE PLAIN WEAVE BASIer WEAVE ASHLAR BOND wm ®®® imuuaai ���®®t �+®®®®�� lmm��!! /*�®d ►r®®®!®! LARGE STACKED TILE LARGE DIAGONAL HONEYCOMB STACKED TILE DAGONAL TILE TILE `OURTYARD QUARTER TERRAllO ROUND STANDARD BORDERS rl ii II II® ssalI ® I H I TP36 TP37 TP38 TP39 TP40 TP41 P42 STANDARD COLORS El BLACK WHITE SAND TAN BRICK RED COLONIAL BRICK HERITAGE FIELD SONOMA CINNAFON SANTA FE CHESTNUT RED GRAY SAND CLAY GREY DARK KHAKI SIENNA COCOA SALMON BRICK RED PREMIUM COLORS 1®®i ®4®>0 NATURAL DUO -TONE TRI-TONE COMBINATION (TERRAllO ONLY) TrafficScapes- Surface Systems for Enhanced Safety CROSSWALKS o MEDIANS o ISLANDS a ROUNDABOUTS a ENTRYWAYS a LOGOS TrafficScapesT"' is a portfolio of preformed thermoplastic pavement marking materials engineered for durability, safety, and aesthetics for the streetscape and traffic calming market designed to: • improve traffic safety especially at intersections and multi -use paths • Enhance visibility for pedestrians, motorists, and cyclists Provide design elements that complement a Complete Streets community • Channel pedestrians across busy commercial parking areas o Promote and/or revitalize community image • Attract new business development in livable communities • Create low-cost median or island effect without the use of raised curbs Each product offers its own unique application and performance approach to streetscape projects where shared roadway safety and aesthetic appeal need to work in conjunction. OO ��® ®® na cPatterur Da�rai6eerm° T•atffzcPt�ttern�s fly byEnni:� nr by EnnfSflinl _ INLAID ! IMPRESSED INTERCONNECTED TrafJicPgtternsw OVERLAY When used on with vhtelinear boundways arid aries accordivate ng t es the Manual onen to public ravel, decorative crosswalks require Un form Traffic Control Devices (MUTCD) proper demarcation Fauns -Flint ® 115 Todd Ct. Thomasville, NC ® 336.475.6600 tafcsc,pes@flinttrading.com 0 wwwenuisflint.com ATrafnc Safety 5ofuoons Company MKT -00015 DegoMlSrk° vmr+nb-nne N IrNrr I%- JNrL II JVLV IIJIVJ .wIv1IfIVI U PreMark® PREFORMED Oes1byEsrnisFlint THERMOPLASTIC Ennis -Flint manufactures and supplies a complete line of durable preformed thermoplastic products engineered to provide optimal performance, lasting value, and to .00 extend the life of your pavement marking program. Manufactured in 100 90012008 facility •> our certified ensuring consinent thickness and composition tomeetspedfications,Pretdar'isformulatedwiththehighestqualiryresin, •"'fir=' binder,aggregate,glassbead,andpigmentsystems.Depending up onregulatoryrequire 0e. mentsorspecific application purposes, PreMarlc'is offered with thefollowing options BD=Beaded NB=Non-beaded VG=VwGrip` sK=skidOnly Rer«Y'aP;d'xd au tte be+m -apgaa 00000,10. mabaudx0'ouvpbns,0oe oruokid dorroo a,e n,trs,nrareane:be adw,eenl«aiY tlWuuh �:ca for Mle v. hnoryapurau Wn«n of s000000000000 eelxf«ennan;ed 000 mas:an;e: ro SLus 0mcab (00.; ume h. ap - ,. Lee bm00 00, eapn,ea mn,aaa«nenu0eis ,adm rua,zsnaMz +^Nr w,co,k yr r« wefrars i lore' 't uanp w this m me m::Y d e,enlr cn- 0«0x0 060a vela zna 0000trn000 b 0010000 1000 no, cnvn0020rdte00000nr,aonon000000m , •rex;ne.beer .eupu000 05000000, oalasbuury,nld,acu-.ubinr,000mnz cy55000tqovad. 00,0000 000 10,0,0 0(5,0 00000ans000 BENEFITS OF USING PREMARK' ■ No Prehem,ypeofpretores diherre plank or • Preheating the road surface is not required _ • No minimum road or ambient tent turer pee is so equiremen — pavement marking seasoncan be extended;appyany time of year La Pre-cut and ready to use out of the box. Simple application does not require major Capital investments in application equipment. ■ Clean edge appearance; no'alligator"cracking that can occur with hot -applied thermoplastic _ ® Durable; lasts 6 to grimes longer than paint ■ Minimal mobilization Costs allows quick response to maintenance projects s One year shelf life allovn broader options for inventory management o Modifies easily in field with razor knife or heavy duty scissors if required m Easy to repair if road or utility maintenance requires a portion of the marking Flom u.,oe-cawed nneor ,e :kilts :a :nmcewbrta to be removed surloce rrgncas Aerr,a-is e.efoaemvaraordinw:' dxrg.,anmar-z«a r,n „an nexsun0 uarorm g Sustainable du pro ct with small environmental impact. Recycled materials as c'wro-a asv,,s me makeup 60% of the product and 294aof the components are rapidly wa,Acara.•dov'soycurco7. a;mae:.reereyp�croyr«ntipmzirn«rzy:,;,za. wable materials, primarily from pine trees. Other natural resources sed come from conon, sunflowers, and soya. STANDARD REGULATORY COLORS SIMPLE APPLICATION METHOD Nweas lallow:hecom;.le:esc000yrn iceunv;ecr..ve iansprmoe:v:rfi thearo0ccr. Applying PreMark' isfast, safeand cost-etfectivewith an industrial propane heat torch such as the Flint 2000EX'. PreMark° does not require preheating of the pavement and does not have any minimum road or air temperature requirements. The top surface of the material has regularly -spaced indents, or hearing indicators, which provide a visual cue during application that the material has reached a molten state indicating satisfactory aditesionand proper bead embedment has been achieved. The indents also provide a post -application visual cue that the application procedures have been followed. A recommended sealer is required when applying PreMark' on concrete surfaces and for large, multi -colored specialty markings and colurized lanes. ENHANCED VISIBILITY: With high initial and retained retrorefleaivity, PreMark' pro- vides enhanced brightness and better visibility throughout the service life. In addition to the intermixed glass beads within the material, factory -applied surface glass beads deliver the visibility of bigger beads and the durability of smaller beads. ENHANCED DURABILITY: Engineered asa tme heavy-duty intersection grade pave- ment marking, Prehlerk` provides optimum wear in adverse conditions. When prop- erty applied, PreMark^does not slip, peel up, or, in any way, lose its adhesion. PreMark" can last 6to grimes longer than paint under similar conditions. IMPERVIOUS TO OIL AND GAS: PreMark' is oil and gas impervious, yet compatible with all asphalt surfaces PreMark' can be inlaid or applied on freshly set asphalt WORKER & ENVIRONMENTAL SAFETY, With no lead chromate, heavy metal com- pounds or VOCs, PreMark' is non-huardous based on current EPA and OSHA standards either during application or removal. PreMark' is made for use on public streets, highways, local roads, and airport landside areas as well as parking lots and roadways at shopping centers, school campuses, business parks and more — especially at intersections with heavy traffic where durability and proven performance is a must -have.