Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 18308: GRABTREE BARRICADE SYSTEMS, INC. STRIPING OF CITY STREETS
PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO John A. Comeaux, P.E., Interim City Manager FROM Rawetts T. Baaheth, Sr., Assistant City Engineer SUBJECT P.R. #18308 — Striping Contract with Crabtree Barricade Systems, Inc. for the Annual Striping of Streets DATE 22 April 2014 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 18308, authorizing the annual striping of city streets with Crabtree Barricade Systems, Inc. for the not to exceed amount of $50,000.00 with the option of renewal for two (2) additional one year periods. BACKGROUND: This is an annual contract to provide for the striping of city streets. The invitation to bid was advertised on March 30, 2014 and April 6, 2014 in the Port Arthur News. We received two (2) bids, with Crabtree Barricade Systems, Inc. of Beaumont, Texas being the lowest. The City has the option to renew for two (2) additional one year periods. BUDGETARY /FISCAL EFFECT: Funding is available in 001 1205 - 531.59 -00. EMPLOYEE /STAFF EFFECT: None. SUMMARY I recommend that the City Council approve Proposed Resolution No. 18308, authorizing the annual striping of city streets with Crabtree Barricade Systems, Inc. for the not to exceed amount of $50,000.00 with the option of renewal for two (2) additional one year periods. R wens T. Baa -th, Sr. Assistant City Engineer RTB /rtb P.R. 18308 04/22/14 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH CRABTREE BARRICADE SYSTEMS, INC. OF BEAUMONT, TEXAS FOR THE ANNUAL STRIPING OF CITY STREETS FOR THE NOT TO EXCEED AMOUNT OF $50,000.00; FUNDING IS AVAILABLE IN ACCOUNT 001 -1205- 531.59 -00. WHEREAS, the City of Port Arthur, Texas proposes to stripe and /or re- stripe existing and /or reconstructed roads; and, WHEREAS, the City advertised this contract in the Port Arthur News on March 30, 2014 and April 6, 2014 for this service; and, WHEREAS, two (2) bids were received with the bid from Crabtree Barricades, Inc. having the majority lowest unit prices. (See Exhibit "A "); and, WHEREAS, this contract shall have the option of renewal for two (2) additional one year periods; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Manager is hereby authorized to execute a contract with Crabtree Barricade Systems, Inc. of Beaumont, Texas (attached as Exhibit "B ") for the Annual Striping of City Streets for the not to exceed amount of $50,000.00 with the option to renew the contract for two (2) additional one year periods, funding is available in account 001 - 1205- 531.59 -00, and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. P.R. 18308 Page 2 READ, ADOPTED AND APPROVED this the day of , A.D. 2014 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Attest: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: ale Tiize o John A. Comeaux, P.E. City Attorney Interim City Manager o+er Ae4 APPROVED AS FR AVAILABLITIY OF FUNDS: Deborah Echols, CPA Shawna Tubbs, CPPO Director of Finance Purchasing Manager EXHIBIT A \,��,_� °` ` CITY OF PORT ARTHUR TEXAS ;a City of Bid Tabulation C irt rtI Annual Striping of City Streets Texas Bid Opening Date: April 16, 2014 Page lof 2 Name of Bidder Crabtree Barricade M & M Striping & Power Systems, Inc. Washing, LLC Paint Type H Paint Type II Item # Description UOM Unit Cost Unit Cost Unit Cost Unit Cost Type I Marking: "Hot Applied Thermoplastic" Item 1: 4" Solid Yellow LF $.38 $.25 $ .45 $.28 Item 2: 4" Broken Yellow LF $.40 $.28 $ .55 $.35 Item 3: 4" Solid White LF $.38 $.25 $ .45 $.28 Item 4: 4" Broken White LF $.40 $.28 $ .55 $.35 Item 5: 8" Solid White LF $.80 $.50 $1.00 $.60 Prefabricated Marking: Item 6: 12" Solid White LF $ 6.00 $ 3.00 $ 7.07 $ .84 Item 7: 24" Solid White LF $ 12.00 $ 6.00 $ 14.00 $ 2.02 Item 8: 12" Solid Yellow LF $ 6.50 $ 3.00 $ 7.07 $ .84 Item 9: 24" Solid Yellow LF $ 12.50 $ 6.00 $ 14.00 $ 2.02 Item 10: Arrow EA $180.00 $100.00 $350.00 $ 55.00 Item 11: Double Arrow EA $310.00 $175.00 $450.00 $ 75.00 Item 12: RR Xing Marking EA $600.00 $350.00 $600.00 $300.00 Item 13: Handicap Marking EA $250.00 $125.00 $180.00 $ 45.00 Signs: Item 14: RR Adv Wrn Sign EA $600.00 $550.00 Removals: Item 15.: 4" Elimination LF $ .35 $ .35 Item 16: 6" Elimination LF $ .80 $ .45 Item 17: 12" Elimination LF $ 1.00 $ 2.05 Item 18: 24" Elimination LF $ 2.25 $ 3.40 Item 19: Arrow Elimination EA $ 50.00 $ 45.00 Item 20: Dbl Arrow Elimination EA $100.00 $ 65.00 Item 21: RR Xing Elimination EA $250.00 $400.00 Item 22: Handicap Mrk Elimin EA $100.00 $ 30.00 Preparation for Markings: Item 23: Pav Srf Prep 4" LF $ .10 $ .04 Item 24: Pav Srf Prep 8" LF $ .20 $ .06 Item 25: Pav Srf Prep 12" LF $ .40 $ .09 Item 26: Pav Srf Prep 24" LF $ .70 $ .20 Item 27: Pav Srf Prep -Arrow EA $20.00 $ .20 Item 28: Pav Srf Prep -Dbl Arrow EA $45.00 $ .25 Item 29: Pav Srf Prep -RR Xing EA $60.00 $ 75.00 Item 30: Pav Srf Prep -Hdcp Mrk EA $50.00 $ 10.00 �` "� " CITY OF PORT ARTHUR TEXAS City of y Bid Tabulation /1;1;l,\ , ar: rii u " Annual Striping of City Streets Texas Bid Opening Date: April 16, 2014 Page 2of 2 Sealer for Type II Markings: Item 31: Pav Sealer 4" LF $ .15 $ .22 Item 32: Pav Sealer 8" LF $ .30 $ .40 Item 33: Pav Sealer 12" LF $ .45 $ .68 Item 34: Pav Sealer 24" LF $ 1.00 $ 1.40 Item 35: Pav Sealer Arrow EA $ 30.00 $ 40.00 Item 36: Pav Sealer Dbl Arrow EA $ 45.00 $ 60.00 Item 37: Pav Sealer RR Xing EA $100.00 $300.00 Item 38: Pav Sealer Hdcp Mrk $ 50.00 $ 30.00 Location Beaumont, TX San Antonio, TX ), iir ) LU64/111,L Clifton Williams, CPPB, Senior Purchasing Assistant Date EXHIBIT B CONTRACT FOR STRIPING OF CITY STREETS THIS AGREEMENT, made this the of May 2014 , by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY ", and Crabtree Barricade Systems, Inc. , hereinafter called "CONTRACTOR ". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The City shall entered into a one -year contract with the option of renewal for two (2) additional one year periods. 2. The term of this Contract shall be from 13 May 2014 to 12 May 2015. 3. During the term of this Contract, the CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor, and other services necessary to connection therewith, excepting those supplies specifically not required of CONTRACTOR in the Specifications. 4. The CONTRACTOR agrees to supply the materials described in the specifications and contract documents at the unit prices shown in the original bid. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) Invitation to Bid 3) General Information 4) Specifications 5) Bid 6) Bidder's Information Sheet 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 7. IN WITNESS WHEREOF, the parties here to have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original of the date first written above. OWNER CONTRACTOR BY: BY: John A. Comeaux, P.E. Guy Crabtree Interim City Manager Crabtree Barricade Systems, Inc. DELORIS "BOBBIE" PRINCE, MAYOR JOHN COMEAUX ROBERT E. `BOB" WILLIAMSON, MAYOR PRO TEM ACTING CITY MANAGER COUNCIL MEMBERS: City of F - SHERRI BELLARD RAYMOND SCOTT, JD ) CITY SECRETARY ELIZABETH "LIZ" SEGLER \ ./ MORRIS ALBRIGHT, III s VALECIA R. TIZENO WILLIE `BAE" LEWIS, JR. r t ram,. CITY ATTORNEY DERRICK FREEMAN KERRY "TWIN" THOMAS T MARCH 27, 2014 INVITATION TO BID ANNUAL STRIPING OF CITY STREETS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, April 16, 2014. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, April 16, 2014 in the City Council Chambers, City Hall, 5 Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: Striping DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY • P.O. BOX 1089 444 4TH STREET, 4 Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writing to: City of Port Arthur, TX Clifton Williams, Senior Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 cwilliams@portarthur.net Please submit questions or exceptions in writing to the email above. The final day for contractor to submit questions is April 10, 2014 at 10:00 a.m. Purchasing Division /Finance Department 1 Purchasing Manager, Shawna Tubbs, CPPO, CPPB P.O. Box 10891444 4th Street! Port Arthur, Texas 77641 1 409.983.8160 1 Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left -hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Shawna Tubbs, CPPO, CPPB Purchasing Manager Page 2 of 19 INVITATION TO BID ANNUAL STRIPING OF CITY STREETS (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity /service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments /Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 19 SPECIFICATIONS FOR PLACING OF PAVEMENT MARKINGS. The specifications described below are referenced from the Texas Manual on Uniform Traffic Control Devices and the Texas Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges 2004. REFLECTORIZED PAVEMENT MARKINGS Description: Furnish and place reflectorized pavement markings. Materials: Type I Marking Materials: Furnish in accordance with DMS -8220, "Hot Applied Thermoplastic." Type II Marking Materials: Furnish in accordance with DMS -8200, "Traffic Paint." Glass Traffic Beads: Furnish drop -on glass beads conforming to DMS -8290, "Glass Traffic Beads." 1. Type I Markings. Furnish Type II drop -on glass beads. 2. Type II Markings. Furnish Type II drop -on glass beads or other beads specified by the Public Works Director. Labeling: Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. Equipment: General Requirements: Use equipment that: • is maintained in satisfactory condition, • meets or exceeds the requirements of the National Board of Fire Underwriters and the RRC for this application, • uses an automatic bead dispenser attached to the pavement marking equipment, and • can provide continuous mixing and agitation of the pavement marking material. Material Placement Requirements: Use equipment that can place: • at least 40,000 ft. of 4 -in. solid or broken markings per day at the specified thickness; • linear markings up to 8 in. wide in a single pass; • markings other than solid or broken lines; • a center -line and no- passing barrier -line configuration consisting of 1 broken line with 2 solid lines at the same time to the alignment, spacing, and thickness shown on the plans, for 3 -line application; • white line from both sides; • lines with clean edges, uniform cross section and thickness, and reasonably square ends; • skip lines between 10 and 10 -1/2 ft., an approximate stripe -to -gap ratio of 1 to 3, and a stripe -gap cycle between 39 -1/2 ft. and 40 -1/2 ft., automatically; • beads uniformly and almost instantly on the marking as the marking is being applied; • beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment). Page 4of19 Construction: General: On roadways already open to traffic, place markings with minimal interference to the operations of that roadway. Use minimum application of traffic control as per the Texas Manual on Uniform Traffic Control Devices. Protect all markings placed under open - traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: • Type I Marking Application —Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. • Type II Marking Application —Place a 1 -sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. Apply markings: • that meet the requirements of Tex - 828 -B, • using widths and colors described in the Specification Attachments, • in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, • without abrupt deviations, • free of blisters and with no more than 5% by area of holes or voids, • with uniform cross section and thickness, • with clean and reasonably square ends, • that are reflectorized, and • using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated in the Specification Attachments or as stated by the Director of Public Works at the Contractor's expense in accordance with "Eliminating Existing Pavement Markings Specifications," except for measurement and payment. Surface Preparation: Unless otherwise informed by the Director of Public Works, prepare surfaces in accordance with this section. 1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces: For new asphalt surfaces (less than 3 years old) and retracing of all surfaces, air -blast or broom the pavement surface to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing): For old asphalt surfaces (more than 3 years old) and all concrete surfaces, clean in accordance to specification "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 3. Sealer for Type I Markings: For asphalt surfaces more than 3 years old or for concrete, apply a pavement sealer before placing Type I markings on locations that do not have existing markings, unless Page 5of19 otherwise approved. The pavement sealer may be either an acrylic or epoxy sealer unless otherwise stated by the Director of Public Works. Follow the manufacturer's directions for application of acrylic or epoxy sealers. When the sealer becomes dirty after placement, clean by washing or in accordance with specification, "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. Application: Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all costs associated with replacing the markings if required. 1. Type I Markings: Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. If during a spray application, operations cease for 5 min. or longer, flush the spray head by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in "General," and with a surface temperature above 50 °F when measured in accordance with Tex - 829 -B. Apply Type I markings with a minimum thickness of 0.90 in. (90 mils) for new markings and retracing waterbased markings on surface treatments. The maximum thickness for Type I markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex - 854 -B using the tape method. 2. Type II Markings: Apply on surfaces with a minimum surface temperature of 50 °F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4 -in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop -on beads. 3. Bead Coverage: For Type I and Type II markings, provide a uniform distribution of beads across the surface of the stripe, with 40 to 60% bead embedment. Performance Period: All markings and replacement markings must meet the requirements of Tex -828 -B for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. Measurement: This Item will be measured by the foot, by each word, symbol, or shape; or by any other unit shown in the specification attachments. PREFABRICATED PAVEMENT MARKINGS Description: Furnish and place prefabricated pavement markings. Materials: Furnish prefabricated pavement marking materials meeting the requirements of DMS -8240, "Permanent Prefabricated Pavement Markings." Store all materials in a weatherproof enclosure and prevent damage during storage. Construction: General: Before the end of each working day, remove all waste generated from the jobsite. Establish guides to mark the lateral location of pavement markings as given in the specification attachments or as directed by the Director of Public Works, and have guide locations verified. Use guide material that will not leave a permanent Page 6of19 mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum and with no abrupt deviations. Placement Limitations: Do not place pavement - marking materials between September 30 and March 1 unless otherwise permitted. 1. Moisture: Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1 -ft.- square piece of clear plastic that has been placed on the pavement and weighted on the edges. 2. Temperature: Follow pavement and ambient air temperature requirements recommended by the material manufacturer. If the material manufacturer establishes no temperature requirements, do not place material if the pavement temperature is below 60 °F or above 120 °F. Dimensions: Place markings in accordance with the color, length, width, shape, and configuration in the specification attachments. Methods: Place all material in accordance with the material manufacturer's instructions, unless otherwise directed. In addition to the manufacturer's instructions, place materials in accordance with the surface condition, moisture, and temperature requirements of this Item. Surface Preparation: Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Abrasive or water -blast cleaning is not required unless directed. Blast -clean, when required, as described under specification "Pavement Surface Preparation for Markings." Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement marking material manufacturer or as directed. Use adhesive, when required, of the type and quality recommended by the pavement marking material manufacturer. Do not clean concrete pavement surfaces by grinding. Performance Requirements: 1. Adhesion. Markings do not lift, shift, smear, spread, flow, or tear by traffic action. 2. Appearance. Markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges, and irregular lines or contours. 3. Visibility. Markings have uniform and distinctive retroreflectance when inspected in accordance with Tex- 828 -B. Performance Period: All markings and replacement markings must meet the requirements of this specification for at least 15 calendar days after installation. Remove all pavement markings that fail to meet requirements and replace at the Contractor's expense. Replace failing markings within 30 days of notification. Measurement: The markings will be measured by the foot or by each word, shape, or symbol. The quantity to be paid is the quantity given in the specification attachments, unless otherwise specified by the Public Works Director. Additional measurements or calculations will be made if adjustments of quantities are required. Page 7 of 19 ELIMINATING EXISTING PAVEMENT MARKINGS Description: Eliminate existing pavement markings and markers. Materials: Furnish surface treatment materials. Use approved patching materials for repairing damaged surfaces. Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water when water is required. Equipment: Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. Construction: Eliminate existing pavement markings and markers on both concrete and asphaltic surfaces in such a manner that color and texture contrast of the pavement surface will be held to a minimum. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 1/4 in. in depth resulting from the removal of pavement markings and markers. Dispose of markers in accordance with federal, state, and local regulations. Use any of the following methods unless otherwise specified by the Director of Public Works. A. Surface Treatment Method: Apply surface treatment material at rates shown on the plans or as directed. Place a surface treatment a minimum of 2 ft. wide to cover the existing marking. Place a surface treatment, thin overlay, or microsurfacing a minimum of 1 lane in width in areas where directional changes of traffic are involved or in other areas as directed by the Director of Public Works. B. Burn Method: Use an approved burning method. For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. When using heat, avoid spalling pavement surfaces. Sweeping or light blast cleaning may be used to remove minor residue. C. Blasting Method: Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water - injected abrasive blasting, or brush blasting as approved. Remove pavement markings on concrete surfaces by a blasting method only. D. Mechanical Method: Use any mechanical method except grinding. Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. Measurement: This method will be measured by each word, symbol, or shape eliminated; by the foot of marking eliminated; given in the Specification Attachments. PAVEMENT SURFACE PREPARATION FOR MARKINGS Description: Prepare pavement surface areas before placement of pavement markings and raised pavement markers. Specification "Eliminating Existing Pavement Markings or Markers," governs complete removal of existing markings. Materials: Use a commercial abrasive - blasting medium capable of producing the specified surface cleanliness. Use potable water, when water is required. Equipment: Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. Page 8 of 19 Construction: Prepare pavement surface of sufficient area for the pavement markings. Remove all contamination and loose material. Avoid damaging the pavement surface. When existing pavement markings are present, remove loose and flaking material. Approved pavement surface preparation methods are sweeping, air blasting, flail milling, and blast cleaning unless otherwise specified on the plans. For concrete pavement surfaces, in addition to the above, air blast after the removal of contamination or existing material and just prior to placing the stripe. Perform the air blasting with a compressor that is capable of generating compressed air at a minimum of 150 cfm and 100 psi using 5 /16 -in. or larger hosing for the air blast. Contaminants up to 0.5 sq. in. may remain if they are not removed by the following test, performed just before application of markings: Step 1: Air -blast the surface to be tested, to simulate blasting during application of markings. Step 2: Firmly press a 10 -in. -long, 2 -in. -wide strip of monofilament tape onto the surface, leaving approximately 2 in. free. Step 3: Grasp the free end and remove the tape with a sharp pull. Measurement: This method will be measured by each word, symbol, or shape eliminated; by the foot of marking eliminated; given in the Specification Attachments. Additional measurements or calculations will be made if adjustments of quantities are required. TERM OF CONTRACT This Contract will terminate approximately twelve (12) months from the date of execution with the option to renew two (2) additional one year periods. The City can terminate this contract at its convenience which includes, but not limited to, funding being available in any budget cycle with thirty (30) days written notice. THE CITY WILL REQUEST THIS SERVICE ON AN AS NEEDED BASIS. THE CITY CAN'T GUARATEE ANY AMOUNT OF WORK THAT WILL DONE DURING THIS CONTRACT YEAR. Page 9 of 19 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 1 of 2 BID FOR: Annual Striping of City Streets BID DUE DATE: April 16, 2014 Paint Type II Item # Description Unit Unit Cost Unit Cost Type I Marking: "Hot Applied Thermoplastic" 130 Item 1: 4" Solid Yellow LF ,-6-0 .25 Item 2: 4" Broken Yellow LF .40 ,,1 6 Item 3: 4" Solid White LF ,, e a6 Item 4: 4" Broken White LF , I/0 , R./ Item 5: 8" Solid White LF , 80 R 50 Prefabricated Marking: Item 6: 12" Solid White LF b.. 00 , j, . tg � Item 7: 24" Solid White LF 47. c , o 4. cc. Item 8: 12" Solid Yellow LF 4.60 3, p 0 Item 9: 24" Solid Yellow LF 4.7. 527 A cc Item 10: Arrow EA /SD. c2c. /0,0. Item 11: Double Arrow EA . lie, c (" /117" Item 12: RR Xing Marking EA j °' ° ( 56- © , G Item 13: Handicap Marking EA .250`' /. Sign: Item 14: RR Adv Wrn Sign EA ie►l, '4a Removals: Item 15: 4" Elimination LF , ,3,5" Item 16: 6" Elimination LF , g0 Item 17: 12" Elimination LF Z. QD Item 18: 24" Elimination LF 7. a 7g Item 19: Arrow Elimination EA J'©. ' Item 20: Dbl Arrow Elimination EA /©e. °''' Item 21: RR Xing Elimination EAR, ° Item 22: Handicap Mrk Elimin EA app- o° 1 //6 Y SIGNA TF OF B ►, DER Date Page 10 of 19 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 2 of 2 Preparation for Markings: Item 23: Pav Srf Prep 4" LF Item 24: Pav Srf Prep 8" LF , 0 20 Item 25: Pav Srf Prep 12" LF .. ' 0 Item 26: Pav Srf Prep 24" LF , 1 0 Item 27: Pav Srf Prep -Arrow EA Item 28: Pav Srf Prep -Dbl Arrw EA 44 Item 29: Pav Srf Prep -RR Xing EA e. Item 30: Pav Srf Prep -Hdcp Mrk EA ®. ` f'? Sealer for Type II Markings: Item 31: Pav Sealer 4" LF , /5 Item 32: Pav Sealer 8" LF , 50 Item 33: Pav Sealer 12" LF . 4' Item 34: Pav Sealer 24" LF j PP Item 35: Pav Sealer Arrow EA "' " Item 36: Pav Sealer DbI Arrow EA Item 37: Pav Sealer RR Xing EA !O!d �p Item 38: Pav Sealer Hdcp Mrk EA ,S©• v� &A- 16412060E r i - 615 COMPANY N 1 STREET ADDRESS .._ `fir / 145 --i o SIGNA • rF B 15 DER P.O. BOX ZIP PRINT 41 OK TYPE NAME CITY STATE ZIP V i‘ Pre . d,1 ° 1- - COV0 TITLE AREA CODE & TELEPHONE NO. EMAIL FAX NO. Page 11 of 19 NON - COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: P5 Title: V Company: C L}iCGOTAr iJa A-nc - i Date: �i °I /57/4 � z SUBSCRIBED and sworn to before me the undersigned authority by c #? 1 'e V of, D in " behalf of said bidder. $ F «^" De borah W Distefcno L _ 1 1 .� s ir �_::._ as Not- ry Public in and for - e Comm .41417 State of Texas My commission expires: 1 Page 12 of 19 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The u ndersigned offers and agrees to one of the following: / Y I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. (alb +re-t--, tt-trri‘conf- Ns-1-_eAvi -a:Ne_ 0L5--//9 Firm Name / Date � i — [ V i . Y � � � �'/Yl� Authorized Si? 1 re Title 0.-1 e // OilLiMb� - e-- 4 o g so Name (p1eprint) Telephone C,- A f_. -, Or % C,o Email STATE: COUNTY: _\ t xOY1 SUBSCRIBED AND SWORN to before me by the above na . ed CA UJA G liKAbk'ee....- on this the \ 5 day of r: Cr , a I . Ili r _.�_ ' 0 E , M it ry Public o-17 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 13of19 • CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with Local governmental entity. 2. I Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for ach officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Go ernment Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in thin se tion rec Ting or ikel o re eive taxable income, other than investment income, from the filer of the questionnaire? Yes No l 4 B. Is the filer of the questionnaire receiving or 1 kely to receive able • come, other than investment income, from or at the direction of the local government officer n ed in this section the taxable income is not received from the local governmental entity? ov I 1 Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or busines ation ip with the local government officer named in this section. 4. / Signat e o er doing siness with th governmental entity Date • Page 14 of 19 GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and /or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s) /substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. Page 15 of 19 ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any -one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 Page 16 of 19 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and . proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. Page 17 of 19 SUB - CONTRACTS: The Contractor shall not execute an agreement with any sub - contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 3. Commercial Automobile Liability Insurance (Including owned, non -owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. • Page 18 of 19 NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. • Page 19 of 19