Loading...
HomeMy WebLinkAboutC2019-0047�;& CONTRACT/GRANT INFORMATION SHEET - NEW CONTRACT Date: 5/3/2018 Org Staff's Name: Justin T. Weldy Department: Public Works Vendors Name: Sunline Contracting I Vendor Number: 11609 Address: 820 North 17`" Avenue Phoenix AZ 85007 Phone: 602-422-9371 Total # of Renewals Max: 4 Received W9 (if applicable): ® Y ❑ N Business License # 6664 Exp. Date: 11/30/2018 ACCOUNTING SUMMARY Org Object Project/# $ Accounting Code: STPAVE 6273 Total # of Renewals Max: 4 50,000.00 Accounting Code: Does this Contract put it over $30,000 ® Yes ❑ No Contract Beginning Date: Accounting Code: Contract Expiration Date: 6/18/2019 Budgeted Expenditure: ® Yes TBD(used for variety of different things/departments): VARIOUS 126 Approved by Council: ® Yes; Date: 1/16/2018 CONTRACT SUMMARY Contract Number Assigned: C2019-004 Contract Total: 50,000.00 Brief Description of Service: Pavement markings If Renewable: Original Total # of Renewals Max: 4 0 FY Cumulative Vendor Totals: Does this Contract put it over $30,000 ® Yes ❑ No Contract Beginning Date: 6/19/2018 Contract Expiration Date: 6/18/2019 Budgeted Expenditure: ® Yes ❑ No Budget Page #: 126 Approved by Council: ® Yes; Date: 1/16/2018 ❑ No Insurance Certificate provided: ® Yes ❑ No ❑ N/A Warranty Period: ❑ Yes ® No If Yes, expires Click here to enter a date. Estimate Start Date: 6/19/2018 Estimate Completion Date: 6/18/2019 GRANT SUMMARY Paid for by Grant: ❑ Yes ❑ No Name of Grantee: Grant Number Assigned: Resolution Number: Date Council Approved: Revised 4/28/16 Town of Fountain Hills Justin Weldy Public Works Director Justin, 7/20/2018 Per our phone conversation on Thursday 7/19/2018 Sunline Contracting will honor the agreement between the town and Sunline to complete the $20,000.00 the city council agreed a pond for pavement markings. We have a great working relationship with the town and look forward many more years together. Sincerely, Rodd Jose President Sunline Contracting Contract No. C2019-004 COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND SUNLINE CONTRACTING LLC THIS COOPERATIVE PURCHASING AGREEMENT (this "Agreement") is entered into as of June 19, 2018, between the Town of Fountain Hills, an Arizona municipal corporation (the "Town"), and Sunline Contracting LLC, an Arizona limited liability company (the"Contractor'). RECITALS A. After a competitive procurement process, City of Goodyear (the "City") entered into Contract No. CON 18-4140, with an effective date of April 9, 2018, (the "City Contract"), for the Contractor to provide pavement marking and related services. A copy of the City Contract is attached hereto as Exhibit A and incorporated herein by reference, to the extent not inconsistent with this Agreement. B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make purchases under the City Contract, at its discretion and with the agreement of the awarded Contractor, and the City Contract permits its cooperative use by other public entities, including the Town. C. The Town and the Contractor desire to enter into this Agreement for the purpose of (i) acknowledging their cooperative contractual relationship under the City Contract and this Agreement, (ii) establishing the terms and conditions by which the Contractor may provide the Town with pavement marking and related services, as more particularly set forth in Section 2 below on an `as -required" basis (the "Material and Services") and (iii) setting the maximum aggregate amount to be expended pursuant to this Agreement related to the Materials and Services. NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which are incorporated herein by reference, the following mutual covenants and conditions, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Town and the Contractor hereby agree as follows: 1. Term of Agreement. This Agreement shall be effective as of the date first set forth above and shall remain in full force and effect until June 18, 2019. This Agreement may be extended in one year increments for a maximum of four (1) additional terms (each a `Renewal Term"), upon the mutual agreement of the parties, in writing. The Agreement may be terminated prior to its termination date as otherwise provided in this Agreement or the City Contract. 2. Scope of Work. This is an indefinite quantity and indefinite delivery Agreement for Material and Services under the terms and conditions of the City Contract. The Town does not PHOENIX 77018-1 464727v1 audit and/or reproduction during normal working hours by the Town, to the extent necessary to adequately permit (i) evaluation and verification of any invoices, payments or claims based on Contractor's and its subcontractors' actual costs (including direct and indirect costs and overhead allocations) incurred, or units expended directly in the performance of work under this Agreement and (ii) evaluation of the Contractor's and its subcontractors' compliance with the Arizona employer sanctions laws referenced in Section 6 below. To the extent necessary for the Town to audit Records as set forth in this Section, Contractor and its subcontractors hereby waive any rights to keep such Records confidential. For the purpose of evaluating or verifying such actual or claimed costs or units expended, the Town shall have access to said Records, even if located at its subcontractors' facilities, from the effective date of this Agreement for the duration of the work and until three years after the date of final payment by the Town to Contractor pursuant to this Agreement. Contractor and its subcontractors shall provide the Town with adequate and appropriate workspace so that the Town can conduct audits in compliance with the provisions of this Section. The Town shall give Contractor or its subcontractors reasonable advance notice of intended audits. Contractor shall require its subcontractors to comply with the provisions of this Section by insertion of the requirements hereof in any subcontract pursuant to this Agreement. 6. E-verifyRequirements. To the extent applicable under ARIZ. REV. STAT. § 41- 4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws and regulations that relate to their employees and their compliance with the E -verify requirements under ARIZ. REV. STAT. § 23-214(A). Contractor's or its subcontractors' failure to comply with such warranty shall be deemed a material breach of this Agreement and may result in the termination of this Agreement by the Town. 7. Israel. Contractor certifies that it is not currently engaged in, and agrees for the duration of this Agreement that it will not engage in a "boycott," as that term is defined in ARIZ. REV. STAT. § 35-393, of Israel. 8. Conflict of Interest. This Agreement may be canceled by the Town pursuant to ARIZ. REV. STAT. § 38-511. 9. Applicable Law: Venue. This Agreement shall be governed by the laws of the State of Arizona and a suit pertaining to this Agreement may be brought only in courts in Maricopa County, Arizona. 10. A¢reement Subject to= np 'ation. The Town is obligated only to pay its obligations set forth in this Agreement as may lawfully be made from funds appropriated and budgeted for that purpose during the Town's then current fiscal year. The Town's obligations under this Agreement are current expenses subject to the "budget law" and the unfettered legislative discretion of the Town concerning budgeted purposes and appropriation of funds. Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this Agreement shall be deemed terminated at the end of the then -current fiscal year term for which such funds were appropriated and budgeted for such purpose and the Town shall be relieved of any subsequent obligation under this Agreement. The parties agree that the Town has no obligation or duty of good faith to budget or appropriate the payment of the Town's obligations set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which this Agreement is executed and delivered. The Town shall be the sole judge and authority in determining the PHOENIX 77018-14647270 4 availability of funds for its obligations under this Agreement. The Town shall keep Contractor informed as to the availability of funds for this Agreement. The obligation of the Town to make any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim against the Town from or relating in any way to the Town's termination of this Agreement pursuant to this section. 11. Conflicting Terms: In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement, any Town -approved work orders, the City Contract and invoices, the documents shall govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section 2 above, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms of this Agreement or the City Contract (collectively, the "Unauthorized Conditions"), other than the Town's project -specific requirements, are expressly declared void and shall be of no force and effect. Acceptance by the Town of any work order or invoice containing any such Unauthorized Conditions or failure to demand full compliance with the terms and conditions set forth in this Agreement or under the City Contract shall not alter such terms and conditions or relieve Contractor from, nor be construed or deemed a waiver of, its requirements and obligations in the performance of this Agreement. 12. Rights and Privileges. To the extent provided under the City Contract, the Town shall be afforded all of the rights and privileges afforded to the City of Goodyear and shall be the "City" (as defined in the City Contract) for the purposes of the portions of the City Contract that are incorporated herein by reference. 13. Indemnification. Insurance. In addition to and in no way limiting the provisions set forth in Section 12 above, the Town shall be afforded all of the insurance coverage and indemnifications afforded to the City to the extent provided under the City Contract, and such insurance coverage and indemnifications shall inure and apply with equal effect to the Town under this Agreement including, but not limited to, the Contractor's obligation to provide the indemnification and insurance. In any event, the Contractor shall indemnify, defend and hold harmless the Town and each council member, officer, employee or agent thereof (the Town and any such person being herein called an "Indemnified Party'), for, from and against any and all losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable attorneys' fees, court costs and the costs of appellate proceedings) to which any such Indemnified Party may become subject, under any theory of liability whatsoever ("Claims', insofar as such Claims (or actions in respect thereof) relate to, arise out of, or are caused by or based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in connection with the work or services of the Contractor, its officers, employees, agents, or any tier of subcontractor in the performance of this Agreement. 14. Notices and Requests. Any notice or other communication required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given if (i) delivered to the parry at the address set forth below, (ii) deposited in the U.S. Mail, PHOENIX 77018-1 464727v1 5 • registered or certified, return receipt requested, to the address set forth below or (iii) given to a recognized and reputable overnight delivery service, to the address set forth below: If to the Town: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Grady E. Miller, Town Manager With copy to: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Town Attorney If to Contractor: Sunline Contracting LLC 820 N. 17th Avenue Phoenix. AZ 85Q07 Attn: -7,-m4C.4 1,1 or at such other address, and to the attention of such other person or officer, as any party may designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed received (i) when delivered to the party, (ii) three business days after being placed in the U.S. Mail. properly addressed, with sufficient postage or (iii) the following business day after being given to a recognized overnight delivery service, with the person giving the notice paying all required charges and instructing the delivery service to deliver on the following business day. If a copy of a notice is also given to a partys counsel or other recipient, the provisions above governing the date on which a notice is deemed to have been received by a party shall mean and refer to the date on which the party, and not its counsel or other recipient to which a copy of the notice may be sent, is deemed to have received the notice. [SIGNATURES ON FOLLOWING PAGES] PHOENIX 77018-1 4647270 FOR THE TOWN OF FOUNTAIN HILLS: REVIEWED BY: Grady E. Mil r, wn Manager ATTESTED TO: APPROVED AS TO FORM: PLLC [SIGNATURES CONTINUE ON FOLLOWING PAGE] PHOENIX 77018-1 464727v1 Town Attorneys 0 "Contractor" Sunline Contracting LLC an Arizona limited liability company By: v _ Name: Its: (ACKNOWLEDGEMENT) STATE OF ARIZONA ) ) ss. COUNTY OF MARICOPA ) 0 On 2018. before me personally appeared ` S , the of Sunline Contracting LLC. an Arizona limited liability corporation, whose identity was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and acknowledged that he signed the above document, on behalf of Sunline Contracting LLC. =OSUIAN M PORTER o. Stets of Arizone County ission Expires er 22, 2021 (Affix notary seal here) PHOENIX 77018-1 4647270 Notary Public I EXHIBIT 1 TO COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND SUNLINE CONTRACTING LLC [CITY CONTRACT] See following pages. 9 PHOENIX 77018-14647270 1' CITY OF GOODYEAR Office Procurement 190.N. Litchfield Road Li P.O. Box 5100 Offer and Acceptance Goodyear, AZ 85338 �o Goodyear Contract No. CON 18-4140 Phone: 623-882-7834 _ DESCRIPTION OF SERVICES: Pavement Marking Services— Installaiion/Removal To. the• -City of Goodvear The undersigned Contractor hereby offers and agrees to furnish the Services. and/or material(s) in compliance with this Contract, as the term Contract is defined in this document. By signing and sabmittin2 this Offer, Contractor certifies and warrants that Contractor: has read, understands and agrees to comply with the Contract as defined here; has no known. undisclosed conflict of interest has not made an offer of any:gift(s), payment(s) or other consideration to any City employee, elected official who has or may have had a role in the procurement process for this -Contract: v).pursuant to A.R.S. § 414401, Contractor and its subcontractors will comply with all immigration laws and regulations that relate to its employees and A.R.S. §.23= 214; and the,signatoryi's an officer or duly authorized agent of the Contractor with full power and authority to submit binding offers for the.goods and/or services as specifiedherein. Arizona Transaction (Sales): j 6 - q4—) 24 G6 Arizona Contractor License Number: '159-7o$ For clarification of this offer contact: Privilege.T&x License #t U4tjg 172 Name: ,tom 544H City of Goodyear Business Registration No.; Telephone: 4io-L_769- Soy 6 18-000051468 E -Mail Address: y05�A1)rdS-- &r* -f -+II -C eA -ahi,.iLtrlE Weff2 e.9lnte t (,r:C. Company Name 15� ,tJ. 1714- A � Address P,lot<rl;?% Az 1�500717 City State Zip Code sijzn..s 1 A orized S Aature for Offer F Sr Printed time Es,tMA,_10A t/3olzo)$ Title Date At CEFTAI U bF OFFkii,,k D CONTRACT.AWAIM ,Contractor's Offer is hereby accepted and a Contract awarded by the Ci material -s tind/or services as specified in Scope of Work of this Contract. or provide any material/services until the Contractor receives an executed City Manager, City of Goodyear (if applicable) Attested by: A, �,tJL Moursen Sea". City C154rk 157tZ W�t'C arl Citv Seal ; >itiC.n:nnn'tr� nF C. norlrtr''.': hp�`;4� ;. i- 4 .I'; C Official File or Ctty.of Goodyear t)se Only)' y. Contractor is now bound to provide the Contractor shall not stan any billable wurk- purchase order or written notice to proceed Eff. Date: q 1911 V Procurement Manager Approved as to form: Roric Mastey, City Attorney w ,goodYeai d gm I Page 67 of 71 ment Office Li chfield Road CITY OF GOODYEAR 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Goodyear Invitation For Bid Phone: 623-882-7834 Solicitation Number: 184140 Materials and/or Servicer Pavement Marking Services — Installation/Removal Solicitation Due Date: January 25, 2018 Time: 3:00 pm (Arizona Time) Mailing Address: City of Goodyear, City Hall Front Desk 190.North Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Procurement Specialist: Dora Chavez Phone: (623)882-71834 Email: dom.chavez@goodyearaz.gov All bids,must be received by the City of Goodyear, City Hall Front,Desk, at the specified location by the date and time cited above:.Late bids will not be considered. Bids received by the correct dateand time shallbe.publicly opened and read. Bidders are advised to carefully read the entire Solicitation Package. Bids that.do not comply with all Instructions to Bidders maybe disqualified. Solicitation packages can be obtained by downloading from the City of Goodyear's website:. www.goodyearaz.gov and _following these instructions: Enter City website, click on BUSINESS, click on Vendor Services/Procurement, click on Solicitations for Bids/Proposals, click on IFB 18.4140. Should you experience problems downloading the solicitation, contact Dora Chavez, at the above email address. Attendance at the Pre -Bid Conference is not mandatory; however, Bidders. are strongly encouraged, to attend. Offerors are also strongly encouraged to read'entire.solicitation prior •to PmBid Conference. Copies -,of the solicitation will not be handed out at the Pre -Bid. Pre -Bid Conference: Januar' 11, 2018. at 10:00 am (Arizona Time) Pre -Bid Location: City of Goodyear, City Hall 190 N: Litchfield Rd. Goodyear, AZ 85338 All communications concerning this solicitation must be directed to responsible procurement staff person identified above, via email only. Communications with other city staff may disqualify you from the evaluation process. OFFERORS ARE STRONGLY'ENCOURAGED TO READ THE ENTIRE SOLICITATION Published in the Arizona Republic Southwest Section on: '1/5/18, and 1/10/18 Office of Procurement CITY OF GOODYEAR 190 N. Lhchfield Road P.O. Box 5 100 85 A Goodyear, AZ 2-783 v _ Table of Contents Phone:, 623-882-7834 a,.o, Goodyear SECTIONS PAGE Notice Page 1 Table of Contents 2 Instructions to Bidders 3 Standard Terms and Conditions 7 Special Terms and Conditions 22 Specificatibns 25 'Fee Schedule 61 bfferand Acceptance 67 A'ITACFiN ENTS Exhibit1 — Daily Work Quamity Report (Sample) 68 Exhibit 2 — References 71 . SoUcitaaon No: IF816-0740 1 .w .goaoyearaz.gov I Paget of 71 Office of Procurement ',,'' CITY OF.GOODYEAR 190 N.Litchfield Road P.O. Boz 5100 Goodyear, AZ 85338 Genves Instructions to Bidders Phone: 623-882-7534 f - 1. PREPARATION OF OFFER a. It is the responsibility of all Bidders to examine the entire solicitation package and seek clarification from the responsible Procurement Specialist of any. item or requirement that may not be clear, and to check all responses for accuracy before submitting a bid. b. All offers shall -be on the forms provided in the solicitation package. It is permissible to copy these forms if required. Telegraphic (facsimile) or emadbids.will not be considered c. The Offer and Acceptance document shall be returned with the submittal with an original blueink signature by a person authorized to.sign the.Off6r. Pricing documents and other documents which require information to be filled in must be done in,ink, typewritten or computer printed. No bids.will be accepted if pencil is used. Erasures, interlineations, or other. modifications in the bid shall be initialed in original blue ink by the authorized person signing "the .bid. d. It is the Bidder's responsibility to obtain a copy of any addenda relevant to this solicitation. Failure to submit addenda with the solicitation response may be grounds for deeming a bid non-responsive. e. Bids shall be submitted in a sealed envelope provided by the Bidder, and should include the BiddePs name, address and solicitation number on outside of the sealed envelope/package. E Periods of time, stated as a number -of days, shall be calendar days. g. It is the responsibility of the Bidder to submit the bid at the.place and by the time provided in the soficitation. h. Negligence in preparing a bid confers no right of withdrawal after the due date and time of the bid. No bid shall be altered, amended, or withdrawn after the specified offer due date and time. i. Offers shall include all costs as described and indicated by the specifications. The City is exempt from Federal Excise Tax, including the Federal Transportation Tax. Sales tax, if any, shall be indicated as a separate item. j. If price is a consideration, and in case of error in the extension of prices in the bid, the unit price shall govern. k. The City shall not reimburse the cost of developing, presenting, or providing any.responses to this solicitation. Bids submitted for consideration should be prepared simply and economically, providing adequate information in a straightforward and concise manner. 1. Bidder shall submit one (1) original, marked "original" and three (3) copies of their bid with their submittal. Offers shall be submitted single -sided. SoGdration Nc:IFS 18-4140 1 w .g000yeaw.gov I -Page 3 of 71 2. SERIAL NUMBERS Bids shall l'be for equipment on which the original manufacturer's serial ;number, if applicable. has not been altered in any way. Throughout the contract term; the•Cityreserves the right to reject any altered equipment. 3. BRAND NAMES Any manufacturers names. trade names, brand names, or catalog numbers used in the specifications are for the purposes of descnbing.and establishing the quality level, design and performance desired. Such references arenotintended to limit or restrict bidding by other vendors; but intended to -establish the quality, design or .performance which is desired. Any.Bidder which proposes equal or.greaterquality, design or perfoimance maybe considered. The city has the sole authority to acceptor reject any like items. A. SUBSTITUTIONS OR EXCEPTIONS The City reserves the option to norconsider bids, for, award if the Bidder' i) takes, any exception to the specifications and the City does not agree or accept the proposed changes; of ii) proposes a unit which does. not meet the City's specifications exactly and the Bidder does not additionally propose the specified unit prior to bid opening, and the City rejects the alternative identified. 5. DESCRIPTIVE LITERATURE All bidders shall include complete manufacturer's descriptive literature regarding the equipment and goods they propose to furnish. Litemtuie shall be suffitiientin detail"in order to allow full and fair evaluation of the bid submitted. Failure to include this information may result may resulrin the bid being rejected. 6. PREPARATION OF SPECIFICATIONS BY PERSONS OTHER'THAN CITY PERSONNEL MI specifications shall seek to promote overall economy for the purposes intended and encourage competitionand not be unduly restrictive in,satisfyirig the City's needs: No,person preparing specifications shall receive any direct or indirect benefit from the utilization of specifications, other than fees paid for the preparation of specifications. 7. INQUIRIES Any questions related to the.solickation shall be directed to the responsible Procurement Specialist whose name appears on the front page via email only. The Bidder shall not contact or ask questions of other City staff or the City department for which the requiiement is being proctired. Any correspondence related to a solicitation should refer to the solicitation number, page, and paragraph number. All questions must be submitted no later than the close of business seven (7) calendar days after pre-bid conference: 8. PRE -BH) CONFERENCE A.Pre43id Conference will be held. Attendance at the scheduled Pre -Bid Conferences is not mandatory. The date; time and location of,the conference are indicated on the cover page of this document. The purpose of this conference will be to clarifythrcontents of this solicitation in order to•prevent any misunderstanding of the City's position. 'Any doubt as to the, requirements of this.solicitation or any apparent omission or discrepancy should be presented to the City at this conference. 'The City will then determine if any action is necessary and mayissue"a written amendment to the solicitation. Oral statements or instructions will not constitute an amendment to this solicitation. Sotidtation No:• IFB 184140 w .goodyearaz.i— Page 4 of 711 Office of Procurement AT CITY OF GOODYEAR 196 N. Litchfield Road P.O. Box 5110 Goodyear, AZ 85338 GO.o eCl Instructions to Bidders Phone: 623-882-7834 2. SERIAL NUMBERS Bids shall l'be for equipment on which the original manufacturer's serial ;number, if applicable. has not been altered in any way. Throughout the contract term; the•Cityreserves the right to reject any altered equipment. 3. BRAND NAMES Any manufacturers names. trade names, brand names, or catalog numbers used in the specifications are for the purposes of descnbing.and establishing the quality level, design and performance desired. Such references arenotintended to limit or restrict bidding by other vendors; but intended to -establish the quality, design or .performance which is desired. Any.Bidder which proposes equal or.greaterquality, design or perfoimance maybe considered. The city has the sole authority to acceptor reject any like items. A. SUBSTITUTIONS OR EXCEPTIONS The City reserves the option to norconsider bids, for, award if the Bidder' i) takes, any exception to the specifications and the City does not agree or accept the proposed changes; of ii) proposes a unit which does. not meet the City's specifications exactly and the Bidder does not additionally propose the specified unit prior to bid opening, and the City rejects the alternative identified. 5. DESCRIPTIVE LITERATURE All bidders shall include complete manufacturer's descriptive literature regarding the equipment and goods they propose to furnish. Litemtuie shall be suffitiientin detail"in order to allow full and fair evaluation of the bid submitted. Failure to include this information may result may resulrin the bid being rejected. 6. PREPARATION OF SPECIFICATIONS BY PERSONS OTHER'THAN CITY PERSONNEL MI specifications shall seek to promote overall economy for the purposes intended and encourage competitionand not be unduly restrictive in,satisfyirig the City's needs: No,person preparing specifications shall receive any direct or indirect benefit from the utilization of specifications, other than fees paid for the preparation of specifications. 7. INQUIRIES Any questions related to the.solickation shall be directed to the responsible Procurement Specialist whose name appears on the front page via email only. The Bidder shall not contact or ask questions of other City staff or the City department for which the requiiement is being proctired. Any correspondence related to a solicitation should refer to the solicitation number, page, and paragraph number. All questions must be submitted no later than the close of business seven (7) calendar days after pre-bid conference: 8. PRE -BH) CONFERENCE A.Pre43id Conference will be held. Attendance at the scheduled Pre -Bid Conferences is not mandatory. The date; time and location of,the conference are indicated on the cover page of this document. The purpose of this conference will be to clarifythrcontents of this solicitation in order to•prevent any misunderstanding of the City's position. 'Any doubt as to the, requirements of this.solicitation or any apparent omission or discrepancy should be presented to the City at this conference. 'The City will then determine if any action is necessary and mayissue"a written amendment to the solicitation. Oral statements or instructions will not constitute an amendment to this solicitation. Sotidtation No:• IFB 184140 w .goodyearaz.i— Page 4 of 711 9. 10. 11, LATE BIDS/MODIFICATIONS/WITHDRAWALS Bids, modifications of bids, and withdrawals received after the due date and time specified for receipt will be rejected and returned to the Bidder unopened..A Bidder (or designated representative) may withdraw their bid via email to the responsible Procurement Specialist any trine prior to the solicitation due date and time. PUBLIC RECORD/CONFIDENTIAL LNFORMATION, All bids submitted in response to this solicitation shall become the property of the City and shall become a matter of public record available Cur -review, subsequent to the award. If the Bidder believes that any information provided•throughout the procurement process should be withheld as confidential, it is the responsibility of the Bidder to submit to the Procurement Manager a statement when the confidential information is submitted which identifies those items the Bidder believes to be confidential and the legal reasons) why they are confidential. The Procurement Manager shall review the request for confidentiality and advise the Bidder in writing if the information will be treated as confidential bythe'City. If the City receives a public records request for any of the information determined to. be confidential by the Procurement Manager; the City will use reasonable efforts to give notice to the Bidder prior to the release of the information. BID ACCEPTANCE PERIOD In order to allow for an adequate evaluation„ the City requires a bid in response to this Solicitation to be valid for one hundred twenty (120) days after the opening time and date. 12. DISCUSSIONS The City reserves the right to conduct discussions with Bidders for the purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the submittal in order to clarify a bid and assure full understanding of, and responsiveness to, solicitation requirements. 13. PERSONNEL It is essential that the Bidder provide adequate experienced personnel, capable of and devoted to the successful accomplishment of the work to be performed in this Solicitation. The Bidder"agrees that those persons identified in their submittal shall not be removed or replaced without a written retjuest to and approval from the City. 14. AWARD OF CONTRACT a. The contract will be awarded pursuant to the provisions of the City of Goodyear Procurement Code. Unless the Bidder states otherwise, or unless provided within this solicitation; the City reserves the right to award by individual line item, by group of line items, nr as a total, whichever is deemed most advantageous to the City. Notwithstanding any other provision of this solicitation, the Procurement Manager further reserves the right to i) waive any immaterial defector informality; ii) reject any or all bids, or portions thereof; iii) reissue the solicitation; or ivi modify or cancel this solicitation. b. A response to a solicitation is an offer to contract with the City based upon the terms, conditions and specifications contained in the City's solicitation and the written amendments thereto, if any. If City Council approval is necessary, bids do not become contracts unless and until they are accepted by the Solicitation No: (FB 18-4140 w .goodyearaz.gw Page 5 of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road P.O. Box 5100 Goodyear. AZ 85338 Go�odyea� Instructions to Bidders Phone: 623-882-7834 9. 10. 11, LATE BIDS/MODIFICATIONS/WITHDRAWALS Bids, modifications of bids, and withdrawals received after the due date and time specified for receipt will be rejected and returned to the Bidder unopened..A Bidder (or designated representative) may withdraw their bid via email to the responsible Procurement Specialist any trine prior to the solicitation due date and time. PUBLIC RECORD/CONFIDENTIAL LNFORMATION, All bids submitted in response to this solicitation shall become the property of the City and shall become a matter of public record available Cur -review, subsequent to the award. If the Bidder believes that any information provided•throughout the procurement process should be withheld as confidential, it is the responsibility of the Bidder to submit to the Procurement Manager a statement when the confidential information is submitted which identifies those items the Bidder believes to be confidential and the legal reasons) why they are confidential. The Procurement Manager shall review the request for confidentiality and advise the Bidder in writing if the information will be treated as confidential bythe'City. If the City receives a public records request for any of the information determined to. be confidential by the Procurement Manager; the City will use reasonable efforts to give notice to the Bidder prior to the release of the information. BID ACCEPTANCE PERIOD In order to allow for an adequate evaluation„ the City requires a bid in response to this Solicitation to be valid for one hundred twenty (120) days after the opening time and date. 12. DISCUSSIONS The City reserves the right to conduct discussions with Bidders for the purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the submittal in order to clarify a bid and assure full understanding of, and responsiveness to, solicitation requirements. 13. PERSONNEL It is essential that the Bidder provide adequate experienced personnel, capable of and devoted to the successful accomplishment of the work to be performed in this Solicitation. The Bidder"agrees that those persons identified in their submittal shall not be removed or replaced without a written retjuest to and approval from the City. 14. AWARD OF CONTRACT a. The contract will be awarded pursuant to the provisions of the City of Goodyear Procurement Code. Unless the Bidder states otherwise, or unless provided within this solicitation; the City reserves the right to award by individual line item, by group of line items, nr as a total, whichever is deemed most advantageous to the City. Notwithstanding any other provision of this solicitation, the Procurement Manager further reserves the right to i) waive any immaterial defector informality; ii) reject any or all bids, or portions thereof; iii) reissue the solicitation; or ivi modify or cancel this solicitation. b. A response to a solicitation is an offer to contract with the City based upon the terms, conditions and specifications contained in the City's solicitation and the written amendments thereto, if any. If City Council approval is necessary, bids do not become contracts unless and until they are accepted by the Solicitation No: (FB 18-4140 w .goodyearaz.gw Page 5 of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchiield Road P.O. Boz 5100 Goodyear, AZ 85338 Instructions to Bidders I Phone:. 623-882-7834 City Council. A contract is formed when written notice of award(s) is provided to the successful Bidder(s): The Contract has its inception in.the award document, eliminating a formal signing of a separate contract. c. In the event the City should receive two or more identical bids, the awardee will be determined by lottery. 15. BUSINESS REGISTRATION PERMIT All Bidders' awarded contracts with the City shall be required to obtain a City of Goodyear Business Registration Permit through the,Goodyear Business Registration Office. For further information call Finance, Joe Lewandowski at (623) 88277899 or ioe.lewandowski(aleoodvesraz:eov 16, PROTESTS a: 'Any interested party may protest a solicitation_ issued by the City or the proposed award or the award of.a City Contract by submitting a request in writing with the Procurement Manager for the City of Goodyear, with a copy directed to the City Attorney for the City of Goodyear as follows: Jacque Behrens, CPPB Procurement Manager City of Goodyear P.O. Box 5100 190 North Litchfield Road Goodyear, AZ 85338 Roric Massey City Attorney City of Goodyear P.O. Box 5100 190 North Litchfield Road_ Goodyear, AZ 85338 It. Writing: All protests must be in writing and shall include the following information: • The name, address and telephone number of the protester, • The signature of the protester or its representative; • The solicitation or contract number: • A detailed statement of the legal or factual grounds of the protest including copies of relevant documents; Lind • The form of relief requested. R3-4-16:01 c. Time Frame: To be considered, protests must be filed during the time frame identified in the procurement code. • Protests of a.solicitation must be filed within five (5) days of the first advertising of the solicitation. • Protests ofan award must be filed within ten (10) days of the issue date of the Notice of Award or Notice of Intent to Negotiate and Award. d. The Procurement Manager is required to notify all interested parties that a protest has been filed. 17. CONFLICT OF INTEREST Offerors shall fully disclose all known and potential conflicts that could influence or appear to influence their -judgment or the quality of their services. END OF INSTRUCTIONS TO OFFERORS SoaauaUon No: IFB 183140 www-goodyearez.9ov Page 6 of 71 SECTION 1. 1.1 "City" means the Citv of Goodvear. 1.2 "City Manager" means the manager of the City of Goodyear or designee. 1.3 "Contract' means this Goods/Scivices Contract and any. attachments referenced herein, fully completed and executed between the City of Goodyearand the Contractor. 1.4 `Contractor` means the individual, partnership, entity or corporation who, as a result of the competitive process, is awarded a contract by the City of Goodyear to provide goods and/or services. 1.5 "'Days" means calendar days unless otherwise specified herein: 1.6 "Litigation Expense" means any court filing fee and costs, arbitration'fees or costs, witness fee, arbitration fees, and each other fee and cost of investigating and defending or asserting any claim for indemnification under this Contract. including, without limitation, in each case, attorneys' fees, professional fees, disbursements and each other fee and cost of investigating and defending, appealing or asserting any claim for indemnification under this Contract. 1.7 "Loss" means any liability, loss, claim, settlement payment, cost and expense, interest, award, judgment, damages (including punitive damages), diminution in value, fines, fees and penalties or other charge, other than a litigation expense. 1.8 "Project" "Services" or "Work" means the subject matter of this Contract as more fully set forth in the attached Scope of Work, which may include delivery of goods and/or services. 1.9 "Subcontractor" means any individual, corporation, company, or other entity who contracts to perform work or render services or provide goodsto a Contractor or to another subcontractor as part of this Contract with the City. SECTION 2. TERM OF CONTRACT 2.1 The term of the contract may be automatically extended to include the warranty period. 2.2 Contractor shall not commence work until Contractor receives a purchase order signed by die City procurement manager or designee. SECTION 3. COMPENSATION AND PAYMENTS 3.1 C014PENSATION: Total compensation to be paid under this Contract shall not exceed the purchase order ammint. 3.2 Contractor shall invoice City on or before the 10th day of each month for, goods and/or services provided under this contract during the prior mouth. All invoices shall contain itemized hourly fees, unit cost, extended cost of goods and supporting documentation for all invoiced amounts. Ali invoices to the City Soadtetbn No: IFB 184140 1 w .goodyeara .gor I Page 7.of 71 CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road Li ',M' P.0; Box 5100 Goodyear, AZ 85338 Goodyear Standard Terms and Conditions Phone: 623-882-7534 SECTION 1. 1.1 "City" means the Citv of Goodvear. 1.2 "City Manager" means the manager of the City of Goodyear or designee. 1.3 "Contract' means this Goods/Scivices Contract and any. attachments referenced herein, fully completed and executed between the City of Goodyearand the Contractor. 1.4 `Contractor` means the individual, partnership, entity or corporation who, as a result of the competitive process, is awarded a contract by the City of Goodyear to provide goods and/or services. 1.5 "'Days" means calendar days unless otherwise specified herein: 1.6 "Litigation Expense" means any court filing fee and costs, arbitration'fees or costs, witness fee, arbitration fees, and each other fee and cost of investigating and defending or asserting any claim for indemnification under this Contract. including, without limitation, in each case, attorneys' fees, professional fees, disbursements and each other fee and cost of investigating and defending, appealing or asserting any claim for indemnification under this Contract. 1.7 "Loss" means any liability, loss, claim, settlement payment, cost and expense, interest, award, judgment, damages (including punitive damages), diminution in value, fines, fees and penalties or other charge, other than a litigation expense. 1.8 "Project" "Services" or "Work" means the subject matter of this Contract as more fully set forth in the attached Scope of Work, which may include delivery of goods and/or services. 1.9 "Subcontractor" means any individual, corporation, company, or other entity who contracts to perform work or render services or provide goodsto a Contractor or to another subcontractor as part of this Contract with the City. SECTION 2. TERM OF CONTRACT 2.1 The term of the contract may be automatically extended to include the warranty period. 2.2 Contractor shall not commence work until Contractor receives a purchase order signed by die City procurement manager or designee. SECTION 3. COMPENSATION AND PAYMENTS 3.1 C014PENSATION: Total compensation to be paid under this Contract shall not exceed the purchase order ammint. 3.2 Contractor shall invoice City on or before the 10th day of each month for, goods and/or services provided under this contract during the prior mouth. All invoices shall contain itemized hourly fees, unit cost, extended cost of goods and supporting documentation for all invoiced amounts. Ali invoices to the City Soadtetbn No: IFB 184140 1 w .goodyeara .gor I Page 7.of 71 shall identify the specific item(s) being billed and the Purchase Order number. Items are to be identified by the name, model number, and/or serial number mosi applicable. 3.3 City shall make every effort to process payments to Contractor within thirty (30) calendar days after the receipt of a correct and approved invoice, unless a good faith dispute exists to any obligation to pay all or a portion of the invoice or account. 3.4 PRICE ADJUSTMENT/CONTRACT EXTENSION: The City's Office of Procurement will review fully documented requests for price increase after -any -contract hasbeen in effect for one (1) year. Any price increase adjustment will only be made at the time ofcuntract extension and will be a factor in the extension review process. The Office of Procurement will determine whether the requested price increase or alternate option is in the best interest of the City. Any price adjustment will be effective upon the.effective date of the contract extension. 3.5 PRICE REDUCTION: A price reduction may be offered at any time during the term of the contract and shall become effective upon notice. 3.6 LATE SUBMISSION OF CLAIM BY CONTRACTOR: The City will not honor any invoices or claims which are tendered one (1) year after the last item of the account accrued. 3.7 ESTIMATED QUANTITIES: Quantities identified in the Solicitation are the City's best estimate and do not obligate the City to order or accept more than the City's actual requirements during the period of this Contract as determined by actual needs and availability of appropriate funds. It is expressly understood and agreed that Contractor is to supply the City with its complete and actual requirements for the contract period. 3.8 "PRODUCT DISCONTINUANCE: In the event that a product or model identified in the offer is subsequently discontinued by the manufacturer; the City at its sole discretion may allow the Contractor to provide a substitute for the discontinued'item. The Contractor shall request permission to substitute a new produce or model and provide all of the following:' I: A formal announcement from the manufacturer that the product or model has been discontinued; 2. Documentation from the manufacturer that names the replacement product or model; 3: Documentation that provides clear and convincing evidence that the replacement meets or exceeds all specifications required by the original solicitation; 4. Documentation that provides clear and convincing evidence that the replacement will be compatible -with all the functions or uses of the discontinued product or model: and 5. Documentation confirming that the price for the replacement is the same as or less than the discontinued zroduct or model. 3.9 USAGE REPORT: The Contractor may be required to provide a usage report to the Procuiement Manager. 3.10 DISCOUNTS: Payment discounts will be computed from the date receiving acceptable goods, materials and/or services or correct invoice, whichever is later to the date payment is mailed. 3.11 NO ADVANCE PAYMENT: Advance payments will not be authorized; payment will be made only for actual goods or services that have been received. solicitation No IFB 1&4140 Page 8 of 71 Office Procurement CITY OF GOODYEAR Li 190 N. Litchfield Road _1`11W P.O. Box 5100 Goodyear, AZ 85338 GOodyeCr Standard Terms and Conditions Phone: 623-882-7834 shall identify the specific item(s) being billed and the Purchase Order number. Items are to be identified by the name, model number, and/or serial number mosi applicable. 3.3 City shall make every effort to process payments to Contractor within thirty (30) calendar days after the receipt of a correct and approved invoice, unless a good faith dispute exists to any obligation to pay all or a portion of the invoice or account. 3.4 PRICE ADJUSTMENT/CONTRACT EXTENSION: The City's Office of Procurement will review fully documented requests for price increase after -any -contract hasbeen in effect for one (1) year. Any price increase adjustment will only be made at the time ofcuntract extension and will be a factor in the extension review process. The Office of Procurement will determine whether the requested price increase or alternate option is in the best interest of the City. Any price adjustment will be effective upon the.effective date of the contract extension. 3.5 PRICE REDUCTION: A price reduction may be offered at any time during the term of the contract and shall become effective upon notice. 3.6 LATE SUBMISSION OF CLAIM BY CONTRACTOR: The City will not honor any invoices or claims which are tendered one (1) year after the last item of the account accrued. 3.7 ESTIMATED QUANTITIES: Quantities identified in the Solicitation are the City's best estimate and do not obligate the City to order or accept more than the City's actual requirements during the period of this Contract as determined by actual needs and availability of appropriate funds. It is expressly understood and agreed that Contractor is to supply the City with its complete and actual requirements for the contract period. 3.8 "PRODUCT DISCONTINUANCE: In the event that a product or model identified in the offer is subsequently discontinued by the manufacturer; the City at its sole discretion may allow the Contractor to provide a substitute for the discontinued'item. The Contractor shall request permission to substitute a new produce or model and provide all of the following:' I: A formal announcement from the manufacturer that the product or model has been discontinued; 2. Documentation from the manufacturer that names the replacement product or model; 3: Documentation that provides clear and convincing evidence that the replacement meets or exceeds all specifications required by the original solicitation; 4. Documentation that provides clear and convincing evidence that the replacement will be compatible -with all the functions or uses of the discontinued product or model: and 5. Documentation confirming that the price for the replacement is the same as or less than the discontinued zroduct or model. 3.9 USAGE REPORT: The Contractor may be required to provide a usage report to the Procuiement Manager. 3.10 DISCOUNTS: Payment discounts will be computed from the date receiving acceptable goods, materials and/or services or correct invoice, whichever is later to the date payment is mailed. 3.11 NO ADVANCE PAYMENT: Advance payments will not be authorized; payment will be made only for actual goods or services that have been received. solicitation No IFB 1&4140 Page 8 of 71 3.12 FUND APPROPRIATION CONTINGENCY: The Parties recognize that the continuation of any contract after the close of any given fiscal year of the City of Goodyear, which fiscal year ends on June 30 of each year, shall be subject to appropriation and allocation of funds by the Goodyear City Council. 3.13 F.O.B. POINT: All prices are to be quoted F.O.B final destination, unless otherwise specified elsewhere in the solicitation. 3.14 TAXES: Contractor shall be solely responsible for the reporting of any and all tax obligations that may result from Contractor's performance of this Contract. SECTION 4. TERNUNAT_I_ON 4.1 TERMINATION FOR CONVENIENCE: City at any time, and for any reason and without cause may terminate, suspend or abandon any portion, or all, of this Contract at City's convenience. In the event that - the City terminates; suspends or abandons any part of the services, the City shall provide notice to the Contractor. Upon receipt of notice, the Contractor shall, unless the notice directs otherwise, immediately discontintie"further services and placing of orders for materials, facilities and supplies in connection with the performance of this Agreement. The Contractor shall appraise the services cumplettxl prior to receiving notice of the termination, abandonment or suspension and deliver to the City all drawings, specie) provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the Contractor under the contract, entirely or partially completed, together with all unused materials supplied by the City. In the event of termination, abandonment or suspension, Contractor shall be paid for services satisfactorily performed prior to receipt of such notice including reimbursable expenses then incurred. However, in no event shall the fee exceed that set forth in Section 4 of this Contract. Contractor -shall not be entitled to any. claim or claim of lien against Owner for any additional compensation or damages in the event of such termination and payment. The City shall make final payment within thirty (30) days after the Contractor has fully complied with the provisions of Section 5 and Contractor submits a correct and approved final invoice for the fee that has been agreed to by the Parties. 4.2 Any attempt to represent any material andior service not specifically awarded as being under contract with the City of Goodyear is a violation of the contract and the City of Goodyear Procurement Code. Any such action is subject to the legal and contractual remedies available to the City inclusive of, but not limited to, contract cancellation, suspension and/or debarment of the Contractor. SECTION 5: RISK OF LOSS AND LIABILITY 5.1 INDEMNIFICATION: Unless a federal and state.statute that expressly prohibits such indemnification. Contractor shall defend, indemnify, save and hold harmless the City of Goodyear, its officials, directors; officers, employees, agents, and representatives (hereinafter referred to as "indemnitee") at all times after the,date of this Contract from and against any and all Claims, caused by, relating to, arising out of, or alleged to have resulted from, in whole or in part, any negligent, reckless or intentional acts, errors, fault, mistakes, omissions, work, goods or service of the Contractor, its directors, officers, employees, agents; Soadtation No: IFS 18-4i40 I w .goodyearaz.gw I Page 9 or CITY OF GOODYEAR Office of Procurement 190 N:IrtchfieidRaad ',,'' P.O. Bos 5100 Goodyear, AZ 85338 cma Goadyebr Standard Terms and Conditions Phone: 623-882-7834 3.12 FUND APPROPRIATION CONTINGENCY: The Parties recognize that the continuation of any contract after the close of any given fiscal year of the City of Goodyear, which fiscal year ends on June 30 of each year, shall be subject to appropriation and allocation of funds by the Goodyear City Council. 3.13 F.O.B. POINT: All prices are to be quoted F.O.B final destination, unless otherwise specified elsewhere in the solicitation. 3.14 TAXES: Contractor shall be solely responsible for the reporting of any and all tax obligations that may result from Contractor's performance of this Contract. SECTION 4. TERNUNAT_I_ON 4.1 TERMINATION FOR CONVENIENCE: City at any time, and for any reason and without cause may terminate, suspend or abandon any portion, or all, of this Contract at City's convenience. In the event that - the City terminates; suspends or abandons any part of the services, the City shall provide notice to the Contractor. Upon receipt of notice, the Contractor shall, unless the notice directs otherwise, immediately discontintie"further services and placing of orders for materials, facilities and supplies in connection with the performance of this Agreement. The Contractor shall appraise the services cumplettxl prior to receiving notice of the termination, abandonment or suspension and deliver to the City all drawings, specie) provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the Contractor under the contract, entirely or partially completed, together with all unused materials supplied by the City. In the event of termination, abandonment or suspension, Contractor shall be paid for services satisfactorily performed prior to receipt of such notice including reimbursable expenses then incurred. However, in no event shall the fee exceed that set forth in Section 4 of this Contract. Contractor -shall not be entitled to any. claim or claim of lien against Owner for any additional compensation or damages in the event of such termination and payment. The City shall make final payment within thirty (30) days after the Contractor has fully complied with the provisions of Section 5 and Contractor submits a correct and approved final invoice for the fee that has been agreed to by the Parties. 4.2 Any attempt to represent any material andior service not specifically awarded as being under contract with the City of Goodyear is a violation of the contract and the City of Goodyear Procurement Code. Any such action is subject to the legal and contractual remedies available to the City inclusive of, but not limited to, contract cancellation, suspension and/or debarment of the Contractor. SECTION 5: RISK OF LOSS AND LIABILITY 5.1 INDEMNIFICATION: Unless a federal and state.statute that expressly prohibits such indemnification. Contractor shall defend, indemnify, save and hold harmless the City of Goodyear, its officials, directors; officers, employees, agents, and representatives (hereinafter referred to as "indemnitee") at all times after the,date of this Contract from and against any and all Claims, caused by, relating to, arising out of, or alleged to have resulted from, in whole or in part, any negligent, reckless or intentional acts, errors, fault, mistakes, omissions, work, goods or service of the Contractor, its directors, officers, employees, agents; Soadtation No: IFS 18-4i40 I w .goodyearaz.gw I Page 9 or representatives, or any tier of subcontractors or any other person for whose acts, errors, fault, mistakes omissions, work, goods or service the Contractor may be legally liable in the performance of this Contract. The Indemnification provided hereunder shall extend to Claims arising out of; or recovered under. Arizona's Workers' Compensation Law or the failure of Contractor to conform to any applicable and appropriate federal; state, or local law, statute, ordinance; rule, regulation or -court decree. It is the specific intention of the Parties that the Indemnitee shall, in all instances, except for Claims arising solely from the negligent or willful acts or omissions of the Indemnitee; be indemnified by Contractor from and "against any` and all Claims. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this indemnification is applicable. In consideration of the award of this contract; Contractor agrees to waive all rights of subrogation against Indemnitee for Claims arising from the work performed by Contractor, its directors, officers, employees, agents; representatives, or any tier of subcontractors pursuant to this Contract. This indemnification provision shall survive the expiration or earlier termination of this Contract. For purposes of this Indemnification provision the term Claims shall mean claims, suits, actions,'demands, proceedings, losses, settlement payments, disbursements, expenses, and damages of every kind and description (including but not limited to costs,interest, awards, judgments; diminution in value, fines, penalties orother charges, reasonable attomeys' fees, other professionals' fees, court filing fees and costs, arbitration fees, wimess'fees, and each other fee and cost of investigating and defending; negotiating, appealing or asserting any claim for indemnification under this, Contract) (collectively referred to "Litigation Expenses"). 5.2 INDEMNIFICATION — PATENT, COPYRIGHT AND TRADEMARK: The Contractor shall indemnify and hold harmless the City against any liability, including costs and expenses, for infringement of any patent, copyright or trademark or other proprietary rights of any third parties arising out of contract performance or use by the City of'materials furnished or Services performed under this Contract. The Contractor agrees upon receipt of notification to promptly assume full responsibility for the defense of any claim, suit or proceeding which is, has been, or may be brought against the City and its agents for alleged infringement; as well as for the alleged unfair competition resulting from similarity in design, trademark or appearance of goods by reason of the use or sale of any goods, furnished under this Contract and the Contractor further agrees to indemnify the City against any and all expenses, losses, royalties; profits and damages including courts costs and attorney's fees resulting from the bringing of such suit or proceedings including any settlement or decree of judgment entered therein. The City may be represented by and actively participate through its own counsel in such suit or proceedings, it is so desires. It is expressly agreed by the Contractor that these covenants are irrevocable and perpetual. 5.3 TITLE AND RISK OF LOSS: The title and risk of loss of material or services shall not pass to the City until the City actually receives and accepts the materials or services at the point of delivery,. and such loss, injury or destruction shall not release the Contractor -from any obligation hereunder. 5.4 ACCEPTANCE: All materials or services are subject to final inspection and acceptance by the. City. Materials or services failing to conforrti to the specifications of this Contract shall be held at Contractor's risk and may be returned to the Contractor, if returned, all costs are the responsibility of the Contractor. The City may elect to do any or all of the.following:.a) Waive the. non-conformance; b) Stop the work immediately; c) Bring materials into compliance; and/or d) Terminate the Contract and seek all remedies available in law and inequity. This shall be accomplished by a written determination by the City. •Soliciteaon No: IFB 184140 1 w .goodyeanm.gov I Page 10 of 71 CITY OF GOODYEAR Office Li Procurement 19 . 190 N. Litchfield Road P.O. Box 5100 Goodyear. AZ 85338' Goodyear Standard Terms and Conditions Phone: 623-362-7834 representatives, or any tier of subcontractors or any other person for whose acts, errors, fault, mistakes omissions, work, goods or service the Contractor may be legally liable in the performance of this Contract. The Indemnification provided hereunder shall extend to Claims arising out of; or recovered under. Arizona's Workers' Compensation Law or the failure of Contractor to conform to any applicable and appropriate federal; state, or local law, statute, ordinance; rule, regulation or -court decree. It is the specific intention of the Parties that the Indemnitee shall, in all instances, except for Claims arising solely from the negligent or willful acts or omissions of the Indemnitee; be indemnified by Contractor from and "against any` and all Claims. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this indemnification is applicable. In consideration of the award of this contract; Contractor agrees to waive all rights of subrogation against Indemnitee for Claims arising from the work performed by Contractor, its directors, officers, employees, agents; representatives, or any tier of subcontractors pursuant to this Contract. This indemnification provision shall survive the expiration or earlier termination of this Contract. For purposes of this Indemnification provision the term Claims shall mean claims, suits, actions,'demands, proceedings, losses, settlement payments, disbursements, expenses, and damages of every kind and description (including but not limited to costs,interest, awards, judgments; diminution in value, fines, penalties orother charges, reasonable attomeys' fees, other professionals' fees, court filing fees and costs, arbitration fees, wimess'fees, and each other fee and cost of investigating and defending; negotiating, appealing or asserting any claim for indemnification under this, Contract) (collectively referred to "Litigation Expenses"). 5.2 INDEMNIFICATION — PATENT, COPYRIGHT AND TRADEMARK: The Contractor shall indemnify and hold harmless the City against any liability, including costs and expenses, for infringement of any patent, copyright or trademark or other proprietary rights of any third parties arising out of contract performance or use by the City of'materials furnished or Services performed under this Contract. The Contractor agrees upon receipt of notification to promptly assume full responsibility for the defense of any claim, suit or proceeding which is, has been, or may be brought against the City and its agents for alleged infringement; as well as for the alleged unfair competition resulting from similarity in design, trademark or appearance of goods by reason of the use or sale of any goods, furnished under this Contract and the Contractor further agrees to indemnify the City against any and all expenses, losses, royalties; profits and damages including courts costs and attorney's fees resulting from the bringing of such suit or proceedings including any settlement or decree of judgment entered therein. The City may be represented by and actively participate through its own counsel in such suit or proceedings, it is so desires. It is expressly agreed by the Contractor that these covenants are irrevocable and perpetual. 5.3 TITLE AND RISK OF LOSS: The title and risk of loss of material or services shall not pass to the City until the City actually receives and accepts the materials or services at the point of delivery,. and such loss, injury or destruction shall not release the Contractor -from any obligation hereunder. 5.4 ACCEPTANCE: All materials or services are subject to final inspection and acceptance by the. City. Materials or services failing to conforrti to the specifications of this Contract shall be held at Contractor's risk and may be returned to the Contractor, if returned, all costs are the responsibility of the Contractor. The City may elect to do any or all of the.following:.a) Waive the. non-conformance; b) Stop the work immediately; c) Bring materials into compliance; and/or d) Terminate the Contract and seek all remedies available in law and inequity. This shall be accomplished by a written determination by the City. •Soliciteaon No: IFB 184140 1 w .goodyeanm.gov I Page 10 of 71 5.5 LOSS OF MATERIALS: The City does not assume any responsibility, at any time, for the protection of or for the loss of materials, from the execution of this Contract until the final acceptance of the work by the City. 5.6 DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL.BREACH: Contractor shall deliver conforming materials in each installment of lot of this Contract and may not substitute nonconforming materials and/or services. Delivery of nonconforming materials or a default of any nature, at the option of the City, sball.constitute a'breach of the Contract as a whole. 5.7 SHIPMENT UNDER RESERVATION PROHIBITED: Contractor isnot authorized -to ship goods or perform services under reservation; and no tender of an invoice or bill of lading will operate as a tender of the goods or services. 5.8 WORK PERFORMED AT CONTRACTOR'S RISK: Contractor shall take all precautions reasonably necessary and shall be responsible for -the safety of its employees, agents and subcontractors in the performance, ofthe work hereunder and shall utilize all protections.reasonably necessary for that purpose. All work shall be done at Contractor's _own risk, and -Contractor shallbe responsible for any loss of or damage to materials, tools, or other articles used br held for use in connection with the work., 5.9 SAFETY STANDARDS: All items supplied pursuant to,this Contract shall comply with the current applicable Occupational Safety and Health Standards of the State of Arizona Industrial Commission, the National Electric Code, and the National Fire Protection Association Standards. 5.10 PROJECT STAFFING: Prior to the start of any Services under this Contract, the Contractor shall submit to the City detailed resumes of key personnel that will be involved in performing Services ,pi°escribed in the. Contract for review and approval. At any time hereafter that the Contractor desires to change key personnel while performing under the Scope, the Contractor shall submit the qualifications of the new personnel to the City for prior approval. Key personnel include but are .not limited to the Contractor's principal -in -charge, project manager, project designer, project architect, system architect, system manager and system engineer. The Contractor will maintain an adequate and competent staff of qualified persons throughout the performance of this Contract as necessary for acceptable and timely completion of the services. If the City objects, with reasonable cause, to any of the Contractor's staff, the Contractor shall take prompt corrective action; and, if required, remove such personnel from the Project and replace them with the new personnel agreed to by the City. 5.11 SUBCONTRACTORS: Prior to beginning the work, the Contractor shall furnish the City for approval. the names of subcontractors to be used on this Project. Any subsequent changes are subjeq to the approval'of the City: 5:12 DAMAGE TO CITY PROPERTY: Contractor shall perform all work so that no damage to any City buildings or property results. Contractor shall repair any damage caused to the satisfaction of the City at no cost to.the City. Contractor shall tike care to'avoid damage to adjacent finished materials that are to remain. If finished materials -are damaged, Contractor shall repair and finish in a manner which matches existing material as approved by the City at the Contractor's expense. Soadtation No: IFB 18-4140 1 w .goodyearaz.gov I Page 11 o171 CITY OF GOODYEARLitchfield Office Procurement 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Goodyear Standard Terms and Conditions Phone: 623-882-7834 5.5 LOSS OF MATERIALS: The City does not assume any responsibility, at any time, for the protection of or for the loss of materials, from the execution of this Contract until the final acceptance of the work by the City. 5.6 DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL.BREACH: Contractor shall deliver conforming materials in each installment of lot of this Contract and may not substitute nonconforming materials and/or services. Delivery of nonconforming materials or a default of any nature, at the option of the City, sball.constitute a'breach of the Contract as a whole. 5.7 SHIPMENT UNDER RESERVATION PROHIBITED: Contractor isnot authorized -to ship goods or perform services under reservation; and no tender of an invoice or bill of lading will operate as a tender of the goods or services. 5.8 WORK PERFORMED AT CONTRACTOR'S RISK: Contractor shall take all precautions reasonably necessary and shall be responsible for -the safety of its employees, agents and subcontractors in the performance, ofthe work hereunder and shall utilize all protections.reasonably necessary for that purpose. All work shall be done at Contractor's _own risk, and -Contractor shallbe responsible for any loss of or damage to materials, tools, or other articles used br held for use in connection with the work., 5.9 SAFETY STANDARDS: All items supplied pursuant to,this Contract shall comply with the current applicable Occupational Safety and Health Standards of the State of Arizona Industrial Commission, the National Electric Code, and the National Fire Protection Association Standards. 5.10 PROJECT STAFFING: Prior to the start of any Services under this Contract, the Contractor shall submit to the City detailed resumes of key personnel that will be involved in performing Services ,pi°escribed in the. Contract for review and approval. At any time hereafter that the Contractor desires to change key personnel while performing under the Scope, the Contractor shall submit the qualifications of the new personnel to the City for prior approval. Key personnel include but are .not limited to the Contractor's principal -in -charge, project manager, project designer, project architect, system architect, system manager and system engineer. The Contractor will maintain an adequate and competent staff of qualified persons throughout the performance of this Contract as necessary for acceptable and timely completion of the services. If the City objects, with reasonable cause, to any of the Contractor's staff, the Contractor shall take prompt corrective action; and, if required, remove such personnel from the Project and replace them with the new personnel agreed to by the City. 5.11 SUBCONTRACTORS: Prior to beginning the work, the Contractor shall furnish the City for approval. the names of subcontractors to be used on this Project. Any subsequent changes are subjeq to the approval'of the City: 5:12 DAMAGE TO CITY PROPERTY: Contractor shall perform all work so that no damage to any City buildings or property results. Contractor shall repair any damage caused to the satisfaction of the City at no cost to.the City. Contractor shall tike care to'avoid damage to adjacent finished materials that are to remain. If finished materials -are damaged, Contractor shall repair and finish in a manner which matches existing material as approved by the City at the Contractor's expense. Soadtation No: IFB 18-4140 1 w .goodyearaz.gov I Page 11 o171 5.13 FORCE MAJEURE: Neither Party shall be in default by reason of any failure, in peiformance of this Contract, if such failure arises out of causes beyond their reasonable control and without the fault or negligence of said Party including, unforeseeable Acts of God: terrorism or other acts of public enemy, war and epidemics or quarantine restrictions. If either Party is delayed at any time in the progress of the Work by force majeure, the delayed Parry shall notify the other Party in writing of such delay, as soon as is practical, of the commencement thereof and shall specify the causes of such delay in the notice. The notice shall be hand -delivered or mailed certified - return receipt and,shall make.a specific reference to this provision. The'delayed Party shallcause such delay to cease as soon as practicable and shall notify the other party in writing'when it has done so. The time of completion shall be extended by contract modification for a period of time equal to the time that results or effects of such delay prevent the delayed Party from performing in accordance with this contract. SECTION 6. CONTRACT INTERPRETATION 6:1 DISPUTES GOVERNING LAW, ATTORNEY FEES: Should any dispute, misunderstanding or conflict arise as to the terms of provisions contained in this Contract, the matter shall first be referred to the City, and the City shall determine the termor provision's true intent and meaning. This Contract shall be deemed to be made under, shall be construed in accordance with, and -shall be governed by the laws of the State of Arizona, without regard to choice of law or conflicts of laws principles thereof. Any action arising out of this Contract shall be commenced and maintained in the Superior Court of the State of Arizona in and for the County of Maricopa. The prevailing Party shall be reimbursed by the other Party for all attorney fees and all costs and expenses; including but not limitedtoall service of process, filing fees, court and court report costs, investigative costs, and expert witness fees which are incurred in any legal proceeding whatsoever arising out of this Contract, including, bankruptcy, arbitration, declaratory relief or other litigation, including appeals or rehearing. 6.2 PROVISIONS REOUiRED BYLAW: Each and every provision of law and any, clause required by federal, state or local law to be in this Contract shall -be read and enforced as though it were included herein and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of ether Party the Contract shall forthwith be physically amended to make such insertion or correction. 6.3 PAROL EVIDENCE: This Contract is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of this agreement.. No course of prior dealings between the parries and no usage in trade shall be relevant to contradict, supplement or explain any term used in this Contract. 6.4 SEVERABILITY: If any provision in this Contract or the application thereof to any person or circumstance shall be invalid, illegal or unenforceable to any extent;,the remainder of this Contract and the application thereof shall not be affected and shall be enforceable to the fullest extent permitted by law. 6.5 CONTRACT ORDER OF PRECEDENCE: In the event of a conflict in the provisions of the Contract, as accepted by the City and as they may be amended, the following shall prevail in the order set forth below: I. Special Terms and Conditions 2. Standard Terms and Conditions Solldtaaon Nn: IFB 184140 1 -w .goedyear .gov I Page 12 of 71 Office Prow CITY OF GOODYEAR 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 L9yffGoodyear Standard Terms and"Conditions Phone: 623-882-7834 5.13 FORCE MAJEURE: Neither Party shall be in default by reason of any failure, in peiformance of this Contract, if such failure arises out of causes beyond their reasonable control and without the fault or negligence of said Party including, unforeseeable Acts of God: terrorism or other acts of public enemy, war and epidemics or quarantine restrictions. If either Party is delayed at any time in the progress of the Work by force majeure, the delayed Parry shall notify the other Party in writing of such delay, as soon as is practical, of the commencement thereof and shall specify the causes of such delay in the notice. The notice shall be hand -delivered or mailed certified - return receipt and,shall make.a specific reference to this provision. The'delayed Party shallcause such delay to cease as soon as practicable and shall notify the other party in writing'when it has done so. The time of completion shall be extended by contract modification for a period of time equal to the time that results or effects of such delay prevent the delayed Party from performing in accordance with this contract. SECTION 6. CONTRACT INTERPRETATION 6:1 DISPUTES GOVERNING LAW, ATTORNEY FEES: Should any dispute, misunderstanding or conflict arise as to the terms of provisions contained in this Contract, the matter shall first be referred to the City, and the City shall determine the termor provision's true intent and meaning. This Contract shall be deemed to be made under, shall be construed in accordance with, and -shall be governed by the laws of the State of Arizona, without regard to choice of law or conflicts of laws principles thereof. Any action arising out of this Contract shall be commenced and maintained in the Superior Court of the State of Arizona in and for the County of Maricopa. The prevailing Party shall be reimbursed by the other Party for all attorney fees and all costs and expenses; including but not limitedtoall service of process, filing fees, court and court report costs, investigative costs, and expert witness fees which are incurred in any legal proceeding whatsoever arising out of this Contract, including, bankruptcy, arbitration, declaratory relief or other litigation, including appeals or rehearing. 6.2 PROVISIONS REOUiRED BYLAW: Each and every provision of law and any, clause required by federal, state or local law to be in this Contract shall -be read and enforced as though it were included herein and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of ether Party the Contract shall forthwith be physically amended to make such insertion or correction. 6.3 PAROL EVIDENCE: This Contract is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of this agreement.. No course of prior dealings between the parries and no usage in trade shall be relevant to contradict, supplement or explain any term used in this Contract. 6.4 SEVERABILITY: If any provision in this Contract or the application thereof to any person or circumstance shall be invalid, illegal or unenforceable to any extent;,the remainder of this Contract and the application thereof shall not be affected and shall be enforceable to the fullest extent permitted by law. 6.5 CONTRACT ORDER OF PRECEDENCE: In the event of a conflict in the provisions of the Contract, as accepted by the City and as they may be amended, the following shall prevail in the order set forth below: I. Special Terms and Conditions 2. Standard Terms and Conditions Solldtaaon Nn: IFB 184140 1 -w .goedyear .gov I Page 12 of 71 3. Specifications 4. Fee Schedule 5, Attachments 6. Exhibits 7. Invitation to Bid, Instructions to Bidders and other documents referenced or included. 6.6 INTEGRATION: This Contract contains the full agreement of the parties hereto. .Any prior or contemporaneous written or oral agreement between the parties regarding the subject matter hereof is merged and superseded hereby. 6.7 INDEPENDENT CONTRACTOR: Each Party will act in its individual capacity and not as an agent, employee, partner, joint venture, or associate of the other. An employee or agent of one Party shall not be deemed or construed to be the employee or agent of the other for any purpose whatsoever.. The Contractor is.advised that taxes or Social Security payments will not be withheld from•any City payments issued hereunder and that the Contractor should make arrangements to directly pay such expenses, if any. 6.8 NON -WAIVER MONIES DUE:The City of Goodyear as a public entity supported by tax monies, in execution of its public trust, cannot agree to waive any lawful or legitimate right to recover monies lawfully .due it: Therefore, Contractor agrees that it will not insist upon or demand any statement whereby the City agrees to limit in advance or waive any right the City might have to recover actual lawful damages in -any court of law under applicable'Arizona law. 6.9 AMBIGUITIES NOT HELD AGAINST DRAFTER: This Contract having been freely and voluntarily negotiated by all parties and the rule ofcontract construction that ambiguities, if any, in any teras or condition of an agreement are held against the drafter of the agreement is not applicable to this Contract 6.10 NON -WAIVER CONTRACT PROVISION: The failure of either Party to enforce any of the provisions of this Contract or to require performance of the other Party of any of the provisions hereof shall not be construed to be a waiver of such provisionsi nor shall it affect the validity of this Contract or any part thereof, or the right of either Party to thereafter enforce each and every provision. 6.11 COOPERATION AND FURTHER DOCUMENTATION: The Contractoragrees to provide the City all duly executed documents as shall be reasonably requested by the City to implement the. intent of this .Contract. SECTION 7: CONTRACT ADMINISTRATION AND OPERATION 7.1 WORK PRODUCT. EQUIPMENT AND MATERIALS: All work product, equipment, or materials created or purchased under this Contract are considered the sole property of the City and must be delivered to the City upon termination, abandonment of the Contractor final payment to the Contractor and shall not be used or released by the Contractor without prior authorization from the.City. Work product includes, but is not limited to, plans, specifications, cost estimates, tracings, studies, design analyses, original Mylar drawings, computer aided drafting and design (CARD) file, computer disks and/or other electronic records and media. Contractor agrees that all materials prepared trader this Contract are' -works for hire" within the meaning of the copyright laws of the United States and assigns to City all right and interest Contractor may have in the materials it prepares under this Contract, including any right to derivative rise of the SoGdtation No: IFB.18-4140 w .goodyearaz.gov Page 13 of 71 Office Procurement CITY OF GOODYEAR Li 190 N. Litchfield Road P.O. Box 5100 Goodyear. AZ 85338 r Standard Terms and,Conditions Phone: 623-882-7834 3. Specifications 4. Fee Schedule 5, Attachments 6. Exhibits 7. Invitation to Bid, Instructions to Bidders and other documents referenced or included. 6.6 INTEGRATION: This Contract contains the full agreement of the parties hereto. .Any prior or contemporaneous written or oral agreement between the parties regarding the subject matter hereof is merged and superseded hereby. 6.7 INDEPENDENT CONTRACTOR: Each Party will act in its individual capacity and not as an agent, employee, partner, joint venture, or associate of the other. An employee or agent of one Party shall not be deemed or construed to be the employee or agent of the other for any purpose whatsoever.. The Contractor is.advised that taxes or Social Security payments will not be withheld from•any City payments issued hereunder and that the Contractor should make arrangements to directly pay such expenses, if any. 6.8 NON -WAIVER MONIES DUE:The City of Goodyear as a public entity supported by tax monies, in execution of its public trust, cannot agree to waive any lawful or legitimate right to recover monies lawfully .due it: Therefore, Contractor agrees that it will not insist upon or demand any statement whereby the City agrees to limit in advance or waive any right the City might have to recover actual lawful damages in -any court of law under applicable'Arizona law. 6.9 AMBIGUITIES NOT HELD AGAINST DRAFTER: This Contract having been freely and voluntarily negotiated by all parties and the rule ofcontract construction that ambiguities, if any, in any teras or condition of an agreement are held against the drafter of the agreement is not applicable to this Contract 6.10 NON -WAIVER CONTRACT PROVISION: The failure of either Party to enforce any of the provisions of this Contract or to require performance of the other Party of any of the provisions hereof shall not be construed to be a waiver of such provisionsi nor shall it affect the validity of this Contract or any part thereof, or the right of either Party to thereafter enforce each and every provision. 6.11 COOPERATION AND FURTHER DOCUMENTATION: The Contractoragrees to provide the City all duly executed documents as shall be reasonably requested by the City to implement the. intent of this .Contract. SECTION 7: CONTRACT ADMINISTRATION AND OPERATION 7.1 WORK PRODUCT. EQUIPMENT AND MATERIALS: All work product, equipment, or materials created or purchased under this Contract are considered the sole property of the City and must be delivered to the City upon termination, abandonment of the Contractor final payment to the Contractor and shall not be used or released by the Contractor without prior authorization from the.City. Work product includes, but is not limited to, plans, specifications, cost estimates, tracings, studies, design analyses, original Mylar drawings, computer aided drafting and design (CARD) file, computer disks and/or other electronic records and media. Contractor agrees that all materials prepared trader this Contract are' -works for hire" within the meaning of the copyright laws of the United States and assigns to City all right and interest Contractor may have in the materials it prepares under this Contract, including any right to derivative rise of the SoGdtation No: IFB.18-4140 w .goodyearaz.gov Page 13 of 71 materials. Contractor shall place the professional seal of Contractor on all plans and documents prepared in the performance of this Contract. 7.2 CONFIDENTIALITY AND ENCRYPTION: All data, regardless of form, including originals, images and reproductions, prepared by, obtained by,.or transmitted to Contractor in connection with this Contract are confidential; proprietary information owned by the City. Except as specifically provided in this Contract, the Contractor shall not disclose data generated in the performance of the Service to any third person without the prior written consent of the City Manager. Personal identifying information,, financial account information or restricted City information; whether electronic format or hard copy, are considered confidential information and must be secured and protected at all times to avoid unauthorized access. At a minimum Contractor shall ensure that all electronic transmissions of confidential data are encrypted and any cryptographic algorithm implementations used must have been validated by the National Institute of Standards and Technology (NIST). The use of proprietary encryption algorithms will not be allowed for any purpose. The export of encryption technologies is restricted by the U.S. Government. In the�cvent that data collected or obtained by Contractor in connection with this Contract is believed to have been compromised, Contractor shall notify the City Attorney immediately. Contractor agrees to reimburse the City for any'costs incurred by the City to investigate potential breaches of this data and, where applicable, the cost of notifying individuals who may be impacted by the breach. Contractor agrees that the requirements of this section shall be incorporated into all subcontractor agreements enteredinto by the Contractor. It is further agreed that a violation of this section shall be deemed to cause irreparable harm and justifies injunctive relief in court. A violation of this section may result in immediate termination of this Contract without further notice. The obligations of Contractor under this section shall survive the termination of this Contract. 7.3 CONFLICT OF INTERESTI MIRD.PARTIES: Contractor shall provide written notice to the City as set forth in this section, of any work or Services performed by the Contractor for third parties that, to the extent that the Contractor is aware, involves or is associated with any real property, or personal property owned or leased by the City or which may be adverse to the City. Notice shall be given seven (7) days prior to commencement of the Services by the Contractor for a third party. Written notice and disclosure shall be sentto: Rorie Massey; City Attorney City of Goodyear 190 N. Litchfield Rd Goodyear, Arizona 85338 Actions that are considered to be adverse to the City include but are not limited to: 1: Using data acquired in connection with this Contract to assist a third party in pursuing administrative or judicial action against the City; 2. Testifying or providing evidence on behalf of any third party in connection with an administrative or judicial action against the City, and 3. Using data to produce income for the Contractor, its subcontractors or employees independently of perforraing the services under this Contract, without the prior written consent of the City. Soadtaaon Na IFB 18-4140 1 v .goocyear .0ov I Page 14 of 71 Office of Procurement. CITY OF GOODYEAR 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Goodyear Standard Terms and Conditions Phone: 623-882-7834 materials. Contractor shall place the professional seal of Contractor on all plans and documents prepared in the performance of this Contract. 7.2 CONFIDENTIALITY AND ENCRYPTION: All data, regardless of form, including originals, images and reproductions, prepared by, obtained by,.or transmitted to Contractor in connection with this Contract are confidential; proprietary information owned by the City. Except as specifically provided in this Contract, the Contractor shall not disclose data generated in the performance of the Service to any third person without the prior written consent of the City Manager. Personal identifying information,, financial account information or restricted City information; whether electronic format or hard copy, are considered confidential information and must be secured and protected at all times to avoid unauthorized access. At a minimum Contractor shall ensure that all electronic transmissions of confidential data are encrypted and any cryptographic algorithm implementations used must have been validated by the National Institute of Standards and Technology (NIST). The use of proprietary encryption algorithms will not be allowed for any purpose. The export of encryption technologies is restricted by the U.S. Government. In the�cvent that data collected or obtained by Contractor in connection with this Contract is believed to have been compromised, Contractor shall notify the City Attorney immediately. Contractor agrees to reimburse the City for any'costs incurred by the City to investigate potential breaches of this data and, where applicable, the cost of notifying individuals who may be impacted by the breach. Contractor agrees that the requirements of this section shall be incorporated into all subcontractor agreements enteredinto by the Contractor. It is further agreed that a violation of this section shall be deemed to cause irreparable harm and justifies injunctive relief in court. A violation of this section may result in immediate termination of this Contract without further notice. The obligations of Contractor under this section shall survive the termination of this Contract. 7.3 CONFLICT OF INTERESTI MIRD.PARTIES: Contractor shall provide written notice to the City as set forth in this section, of any work or Services performed by the Contractor for third parties that, to the extent that the Contractor is aware, involves or is associated with any real property, or personal property owned or leased by the City or which may be adverse to the City. Notice shall be given seven (7) days prior to commencement of the Services by the Contractor for a third party. Written notice and disclosure shall be sentto: Rorie Massey; City Attorney City of Goodyear 190 N. Litchfield Rd Goodyear, Arizona 85338 Actions that are considered to be adverse to the City include but are not limited to: 1: Using data acquired in connection with this Contract to assist a third party in pursuing administrative or judicial action against the City; 2. Testifying or providing evidence on behalf of any third party in connection with an administrative or judicial action against the City, and 3. Using data to produce income for the Contractor, its subcontractors or employees independently of perforraing the services under this Contract, without the prior written consent of the City. Soadtaaon Na IFB 18-4140 1 v .goocyear .0ov I Page 14 of 71 cmm Goociyecr CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Phone: 623-882-7834 Standard Terms and Conditions The Contractor represents that except for those pentons, entities and projects identified to the City, the Services. to be performed by the Contractorunder this Contract are not expected tocreate an interest with any person, entity, or third party project that is or may be adverseto the interests of the City. Tice Contractor's failure to provide a written notice and disclosure of the information_as set forth in.this section shall constitute a material breach of Contract. 7.4 CONFLICT AUDff: Within thirty (30) days of being requested to do so, Contractor agrees to provide the City an itemized summary of any and all gifts a Contractor, its directors, officers; managers, employees, .agents and/or representatives have made to any City employee during the year prior to the date of the Contract through the date of the requesi. The summary -shall include the date: the gift was made, a description of the gill, the City employee(s) that received the gift, and the value of the gift. The summary shall be signed and its truthfulness certified by Contractor. For purposes of this section the terms "Gift" means anything of value that is provided to the employee and includesi by way of: example, but not limitation; meals, free use of vacation homes, low interest or no interest loans; tickets to sporting events; tickets to charitable events; entertainment expenses, travel expenses, drinks, and the like. The failure to comply with -any request made pursuant to this.section and/or the submission of a summary that contains material misrepresentations constitutes grounds for debarment and the refusal to allow Contractor to participate in any future contracts with the City. 7.5 AUDIT OF RECORDS: Contractor shall retain, and shall contractually require each and every subcontractor that performs any Work under this Contact to retain all books, accounts, reports, files and any and all other records relating to the contract (hereinafter referred to as "Contract'Docuvtents") for six (6) years after completion of the Contract. City, upon written request and at reasonable times; shall have the right to review, inspect, audit and copy all Contract Documents of the Contractor and any subcontractors. Contractor shall produce the original Contract Documents at City Hall, currently located at 190 N. Litchfield Road, Goodyear, Arizona, or at such other City facility within the City as designated by the City in writing. If approved by City Attorney in writing, photographs, microphotographs, or other authentic reproductions may be maintained instead of original Contract Documents. 7.6 AUDIT/BILLfNG.AND'EXPENSES: The City reserves the right to request supporting documentation for all'hourly amounts, cost of goods and reimbursable expenses charged to the City. Such recoils aill.be subject to audit at any time during the term of this Contract and fora period not to exceed two (2) years after any amount is billed. Within thirty (30) days of receiving a request, the Contractor will furnish to the City original invoices to support all charges and complete,payroll records to.support such hourly labor charges. The City reserves the right to audit any other supporting evidence necessary to substantiate charges related to this Contract, both direct and indirect costs, including overhead allocations if they apply to hourly costs associated with this Contract. If requested by the City, the Contractor will provide supporting records electronically in addition to a hard copy. If the audit reveals overcharge, the Contractor will reimburse the City upon demand for the amount of such overcharges plus.interest thereon from the date paid by the City through the date of reimbursement. If the overcharges exceed 5% of Contractor's compensation, then Contractor shall also'reimburse the City for the cost of the audit: The Contractor shall include a similar provision in all of its agreements with subcontractor providing goods and/or services under.this Contract to ensure the City, its authorized representative, and/or the appropriate SoticltaWn No: IFS 18-4140 v .gootlyearaz.gov Page 15 of 71 federal agency, has access to the subcontractor records to verify the accuracy of any similar amounts charged.to the City. 7.7 ADVERTISING: Contractor and all subcontractors shall not advertise or publish new releases concerning this Contract, goods or services provided to the City without prior written consent of the City Attorney. 7.8 CITY MARKS: The Contractor and all subcontractors shall not use any trade name, trademark, service mark, or logo of the City (or any name, mark or logo confusingly similar thereto) im any advertising, promotions, or otherwise, without the City's express prior written consent. 7.9 LICENSES AND PERMITS: Contractor and all subcontractors shall keep current federal, state, and local licenses "and permits required for the operation of the business conducted by the Contractor as applicable to this contract. 7.10 E -VERIFY: Contractor and all subcontractors warrant compliance with the a -verify statute, A.R.S. § 23- 214(.4). A breach of this warranty shall be deemed a material breach of this contract, and shall subject this contract to penalties up to and including termination of the contract. The City retains the right to inspect the papers and records of any of Contractor's employees or any subcontractor employees working on the contract to ensure compliance with this requirement. For this section, Contractor shall have the meaning of Contractor as found in A.R.S. § 41 A401, and subcontractor has the same meaning as found' in A.R.S. § 41- 4401. 7.11 NON-DISCRIM[NATION: Contractor and all subcontractors. will not discriminate against any person on the basis of race,.color, religion, age, gender, or national origin in the performance of this Contract, and shall comply with the terms and intent of Title VI of the Civil Rights Act of 1964, P.L. 88-354. 7.12 COMPLIANCE: The Contractor and all subcontractors understand and agree to comply with the Americans with Disabilities Act, the Immigration Reform and Control Act of 1986 and the Drug Free Workplace Act of 1989 as amended. The Contractor agrees to comply with these laws and Arizona Executive Order 2009-09 in performing this Contract and to permit the City to verify such compliance. 7.13 CONTINUATION DURING DISPUTES: Contractor agrees that notwithstanding the existence of any dispute between the paries, insofar as is possible, under the terms of the contract, the Contractor shall continue to perform the obligations required of the Contractor during the. continuation of any such dispute unless enjoined or prohibited by the City or an Arizona Cour of competent jurisdiction. 7.14 COOPERATIVE STATEMENT: This contract shall be for the use of the City of Goodyear. In addition; eligible political subdivisions and nonprofit educational or public health institutions may also participate at their discretion. Any eligible agency may elect to participate (piggyback) on this contract if the Contractor agrees to do so. 7.15 CAPTIONS: The captions used herein are for convenience only and are not a pan of this Contract and do not in any way limit or amplify the terms and provisions hereof. 7.16 BANKRUPTCY: This Agreement, at the option of the City, shall be terminable in the case of bankruptcy, voluntary or involuntary, or insolvency of the Contractor. Solicitation No: IFB 184140 1 w .goodyearaz.gov Page 16 of 71 Office of Procurement ''' CITY OF GOODYEAR 190 N. Litchfield Road P.O. Box 5100' Goodyear, AZ 85338 GMdyear Standard Terms and Conditions Phone: 623-882-7834 federal agency, has access to the subcontractor records to verify the accuracy of any similar amounts charged.to the City. 7.7 ADVERTISING: Contractor and all subcontractors shall not advertise or publish new releases concerning this Contract, goods or services provided to the City without prior written consent of the City Attorney. 7.8 CITY MARKS: The Contractor and all subcontractors shall not use any trade name, trademark, service mark, or logo of the City (or any name, mark or logo confusingly similar thereto) im any advertising, promotions, or otherwise, without the City's express prior written consent. 7.9 LICENSES AND PERMITS: Contractor and all subcontractors shall keep current federal, state, and local licenses "and permits required for the operation of the business conducted by the Contractor as applicable to this contract. 7.10 E -VERIFY: Contractor and all subcontractors warrant compliance with the a -verify statute, A.R.S. § 23- 214(.4). A breach of this warranty shall be deemed a material breach of this contract, and shall subject this contract to penalties up to and including termination of the contract. The City retains the right to inspect the papers and records of any of Contractor's employees or any subcontractor employees working on the contract to ensure compliance with this requirement. For this section, Contractor shall have the meaning of Contractor as found in A.R.S. § 41 A401, and subcontractor has the same meaning as found' in A.R.S. § 41- 4401. 7.11 NON-DISCRIM[NATION: Contractor and all subcontractors. will not discriminate against any person on the basis of race,.color, religion, age, gender, or national origin in the performance of this Contract, and shall comply with the terms and intent of Title VI of the Civil Rights Act of 1964, P.L. 88-354. 7.12 COMPLIANCE: The Contractor and all subcontractors understand and agree to comply with the Americans with Disabilities Act, the Immigration Reform and Control Act of 1986 and the Drug Free Workplace Act of 1989 as amended. The Contractor agrees to comply with these laws and Arizona Executive Order 2009-09 in performing this Contract and to permit the City to verify such compliance. 7.13 CONTINUATION DURING DISPUTES: Contractor agrees that notwithstanding the existence of any dispute between the paries, insofar as is possible, under the terms of the contract, the Contractor shall continue to perform the obligations required of the Contractor during the. continuation of any such dispute unless enjoined or prohibited by the City or an Arizona Cour of competent jurisdiction. 7.14 COOPERATIVE STATEMENT: This contract shall be for the use of the City of Goodyear. In addition; eligible political subdivisions and nonprofit educational or public health institutions may also participate at their discretion. Any eligible agency may elect to participate (piggyback) on this contract if the Contractor agrees to do so. 7.15 CAPTIONS: The captions used herein are for convenience only and are not a pan of this Contract and do not in any way limit or amplify the terms and provisions hereof. 7.16 BANKRUPTCY: This Agreement, at the option of the City, shall be terminable in the case of bankruptcy, voluntary or involuntary, or insolvency of the Contractor. Solicitation No: IFB 184140 1 w .goodyearaz.gov Page 16 of 71 7.17 CONTINUATION.OF. SERVICES — ISRAEL: Contractor certifies that it is not currently engaged in, and agrees for the duration of this Contract that it will not engage in a boycottof Israel, as that term is defines in AR.S. $ 35-393. 7.18 RIGHT OF OFFSET. The City shall be entitled to offset against any sums due the Contractor. any expenses or costs incurred by the City, or damages assessed by the City conceming the Contractor's nonconforming performance or failure to perforin the Contract, including expenses, costs and damages. described in the Standard Terms and Conditions. SECTION-& CONTRACT CHANGES $.l. MODIFICATION: No supplement, modification, or amendment of any term -of this Contract will be deemed binding or effective unless in writing and signed by the Parties with authority to do so: This section does not prohibit the City from unilaterally extending the contract term. 8.2 SUCCESSORS AND ASSIGNS: This Contract is binding on the parties' respective partners, successors, assigns, and legal representatives. Contractor will not assign, sublet, or -transfer its right or interest in -this Contract nor monies due; in whole or in part, or delegation any duty of Contractor without the prior written consent of the City. Any assignment or delegation,made in violation of this section"shall be void. In no event does this Contract create any contractual relationship between the City and any third party.. 8.3 THIRD PARTY BENEFICIARY: Nothing under this Contract shall be construed to give any rights or benefits in the Contract to anyone other than the City and the Contractor, and all duties and responsibilities undertaken pursuant to this Contract will be for the sole and exclusive benefit -of City and the Contractor, and not for the benefit of any other Party. 8.4 AUTHORIZED CHANGES: The City reserves the right at any time to make changes in any one or more of the following:.(i) specifications; (ii) methods of shipment or packing; (iii) place of deliveiy;.(iv) time of delivery; and/or (v) quantities. If the change causes an increase or decrease in the cost of or the time required for performance, an equitable adjustment may be made in the price or deliver schedule, or both. Any claim for adjustment shall be deemed waived unless asserted in writing within thirty (30) days from the receipt of the change. Prior increases or extensions of delivery time shall not be binding on the City unless evidenced in writing and approved by the City. 8.5 SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other party to furnish any of the goods, Service or Work specified herein without the advance written approval of the City. 8.6 CONTINGENT FEES: Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding far a commission, percentage, brokerage, or contingent fee, and that no member of the City Council, or any employee of the City of Goodyear has any interest, financially; or otherwise, in the Contractor's business/firm. For breach or violation of this warranty, the City of Goodyear shall have the rightto annul this Contract without liability, or at its discretion to deduct from the Contract price or consideration, the full amount of such commission, percentage, brokerage, or contingent fee. 8.7 LIENS: Contractor shall hold the City harmless, from claimants supplying labor or materials to the contractor or subcontractors in the performance of the work required under this Contract. Solicitation No% IFB 184140 1 w .g000yeamz.go I Page 17 of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Goodyear Standard Terms and Conditions Phone: 623-882-7834 7.17 CONTINUATION.OF. SERVICES — ISRAEL: Contractor certifies that it is not currently engaged in, and agrees for the duration of this Contract that it will not engage in a boycottof Israel, as that term is defines in AR.S. $ 35-393. 7.18 RIGHT OF OFFSET. The City shall be entitled to offset against any sums due the Contractor. any expenses or costs incurred by the City, or damages assessed by the City conceming the Contractor's nonconforming performance or failure to perforin the Contract, including expenses, costs and damages. described in the Standard Terms and Conditions. SECTION-& CONTRACT CHANGES $.l. MODIFICATION: No supplement, modification, or amendment of any term -of this Contract will be deemed binding or effective unless in writing and signed by the Parties with authority to do so: This section does not prohibit the City from unilaterally extending the contract term. 8.2 SUCCESSORS AND ASSIGNS: This Contract is binding on the parties' respective partners, successors, assigns, and legal representatives. Contractor will not assign, sublet, or -transfer its right or interest in -this Contract nor monies due; in whole or in part, or delegation any duty of Contractor without the prior written consent of the City. Any assignment or delegation,made in violation of this section"shall be void. In no event does this Contract create any contractual relationship between the City and any third party.. 8.3 THIRD PARTY BENEFICIARY: Nothing under this Contract shall be construed to give any rights or benefits in the Contract to anyone other than the City and the Contractor, and all duties and responsibilities undertaken pursuant to this Contract will be for the sole and exclusive benefit -of City and the Contractor, and not for the benefit of any other Party. 8.4 AUTHORIZED CHANGES: The City reserves the right at any time to make changes in any one or more of the following:.(i) specifications; (ii) methods of shipment or packing; (iii) place of deliveiy;.(iv) time of delivery; and/or (v) quantities. If the change causes an increase or decrease in the cost of or the time required for performance, an equitable adjustment may be made in the price or deliver schedule, or both. Any claim for adjustment shall be deemed waived unless asserted in writing within thirty (30) days from the receipt of the change. Prior increases or extensions of delivery time shall not be binding on the City unless evidenced in writing and approved by the City. 8.5 SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other party to furnish any of the goods, Service or Work specified herein without the advance written approval of the City. 8.6 CONTINGENT FEES: Contractor warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding far a commission, percentage, brokerage, or contingent fee, and that no member of the City Council, or any employee of the City of Goodyear has any interest, financially; or otherwise, in the Contractor's business/firm. For breach or violation of this warranty, the City of Goodyear shall have the rightto annul this Contract without liability, or at its discretion to deduct from the Contract price or consideration, the full amount of such commission, percentage, brokerage, or contingent fee. 8.7 LIENS: Contractor shall hold the City harmless, from claimants supplying labor or materials to the contractor or subcontractors in the performance of the work required under this Contract. Solicitation No% IFB 184140 1 w .g000yeamz.go I Page 17 of 71 SECTION 9. WARRANTY 9.1 GUARANTEE: Unless otherwise specified, all items shall be guaranteed for a minimum period of one (1) year -from the date of acceptance by the City against defects in.material and workmanship. At any time during that period, if a defect should occur in any item that item shall be replaced or. repaired. by the Contractor at no obligation to the City except where it is shown that the defect -was caused solely by misuse of the City 9.2UO ALITY:.Contractor expressly warrants that all goods and services furnished under this Contract shall confunn to the specifications, appropriate standardsi and will be new and free from defects in material or worlananship. Contractor warrants that all such goods or services will conform to any -statements made on the containers or labels or advertisements for such goods or services, and that any goods will be adequately contained, packaged, marked and labeled. Contractor warrants that all goods and -services furnished hereunder will be merchantable, and will be safe.and appropriate for the purpose which goods or services of that kind are normally used. If Contractor knows or has reason to now the particular purpose for which City intends• to use the goods or services, Contractor warrants that goods and services furnished will conform in all respect to samples. Inspection, test, acceptance of use of the goods or.sernices furnished hereunder shall not affect the Contractors obligation under this warranty, and such warranties shall survive inspection, test, acceptance and use. Contractor's warranty shall run to City; its successors and assigns. 9.3 RESPONSIBILITY FOR CORRECTION: Any defects of design, workmanship, or materials that would result in non-compliance with the contract specification shall be fully corrected by the Contractor (including parts. labor, shipping or freight) without cost to the City. This includes any necessary labor to remove, repair, install, or to ship or transport any item to a point of repair and return. It is agreed that the Contractor shall be fully ,responsible for making any correction, ,replacement; or modification necessary for - specification or legal compliance. Contractor agrees that if the product or service offered does not comply with theforegoing, the City has the right to cancel the purchase at any time with full refund within 30 calendar days after notice of non-compliance and Contractor further agrees to be fully responsible for any consequential damages suffered by the City. 9.4 INVESTIGATION OF CONDITIONS: The Contractor warrants and agrees familiarity of the -work that is. required, is satisfied as to the conditions under which it is to perform and enters into this Contract based upon the Contractors own investigation. 9.5 WORKMANSHIP: Where not more specifically described in any of the various sections of the specifications, workmanship shall conform to all of the methods and operations of best standards. and accepted practices of the trade or trades involved and shall include all items of fabrication, construction or installation regularly furnished or required for completion of the services or goods. All goods and services shall be provided and executed. by personnel skilled in their respective lines of work. Contractor warrants that all goods and services delivered under this contract shall conform to the specifications of this contract Additional warranty requirements may be set forth in the Solicitation. 9.6 RIGHT TO INSPECT PLANT: The City may, at reasonable times, inspect the pan of the plant or place of business of a Contractor or subcontractor which is related to the performance of any contract awarded or to be awarded. Soadtation No: IFB 18.4140 I w .goodyeam.gov Page is or 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road ',''' P.O. Box 51 Goodyear, AZ $5338 Goodyear Standard Terms and Conditions Phone: 623-882-7834 SECTION 9. WARRANTY 9.1 GUARANTEE: Unless otherwise specified, all items shall be guaranteed for a minimum period of one (1) year -from the date of acceptance by the City against defects in.material and workmanship. At any time during that period, if a defect should occur in any item that item shall be replaced or. repaired. by the Contractor at no obligation to the City except where it is shown that the defect -was caused solely by misuse of the City 9.2UO ALITY:.Contractor expressly warrants that all goods and services furnished under this Contract shall confunn to the specifications, appropriate standardsi and will be new and free from defects in material or worlananship. Contractor warrants that all such goods or services will conform to any -statements made on the containers or labels or advertisements for such goods or services, and that any goods will be adequately contained, packaged, marked and labeled. Contractor warrants that all goods and -services furnished hereunder will be merchantable, and will be safe.and appropriate for the purpose which goods or services of that kind are normally used. If Contractor knows or has reason to now the particular purpose for which City intends• to use the goods or services, Contractor warrants that goods and services furnished will conform in all respect to samples. Inspection, test, acceptance of use of the goods or.sernices furnished hereunder shall not affect the Contractors obligation under this warranty, and such warranties shall survive inspection, test, acceptance and use. Contractor's warranty shall run to City; its successors and assigns. 9.3 RESPONSIBILITY FOR CORRECTION: Any defects of design, workmanship, or materials that would result in non-compliance with the contract specification shall be fully corrected by the Contractor (including parts. labor, shipping or freight) without cost to the City. This includes any necessary labor to remove, repair, install, or to ship or transport any item to a point of repair and return. It is agreed that the Contractor shall be fully ,responsible for making any correction, ,replacement; or modification necessary for - specification or legal compliance. Contractor agrees that if the product or service offered does not comply with theforegoing, the City has the right to cancel the purchase at any time with full refund within 30 calendar days after notice of non-compliance and Contractor further agrees to be fully responsible for any consequential damages suffered by the City. 9.4 INVESTIGATION OF CONDITIONS: The Contractor warrants and agrees familiarity of the -work that is. required, is satisfied as to the conditions under which it is to perform and enters into this Contract based upon the Contractors own investigation. 9.5 WORKMANSHIP: Where not more specifically described in any of the various sections of the specifications, workmanship shall conform to all of the methods and operations of best standards. and accepted practices of the trade or trades involved and shall include all items of fabrication, construction or installation regularly furnished or required for completion of the services or goods. All goods and services shall be provided and executed. by personnel skilled in their respective lines of work. Contractor warrants that all goods and services delivered under this contract shall conform to the specifications of this contract Additional warranty requirements may be set forth in the Solicitation. 9.6 RIGHT TO INSPECT PLANT: The City may, at reasonable times, inspect the pan of the plant or place of business of a Contractor or subcontractor which is related to the performance of any contract awarded or to be awarded. Soadtation No: IFB 18.4140 I w .goodyeam.gov Page is or 71 9.7 PREPARATION OF SPECIFICATIONS BY PERSONS OTHER THAN. CITY PERSONNEL: All specifications shall seek to promote overall economy for the purposes intended and encourage competition and not be unduly restrictive in satisfying the City's needs. No person preparing specifications shall receive any direct or indirect benefit from the utilization of specifications; other than fees paid for the preparation of specifications. 9.8 SURVIVAL:: Sections 6..7, 8. 9, 10 and 11 will survive the completion, termination and/or abandonment of the Contract. 9.9 COMPLIANCE WITH APPLICABLE LAW: Contractor shall comply with all applicable federal, state and local laws, codes and regulations; including all applicable buildingregulations, license and permits requirements. SECTION 10.' CITY CONTRACTUAL RIGHTS 10.1 RIGHT OF ASSURANCE: Whenever the City in good faith has a reason to question the Contractor's intent or ability to perform, the.City may demand that the Contractor give written assurance of the intent and ability to perform. In the event that a demand is made and no written assurance is given within five (5) work days, the City may treat this failure as an anticipatory repudiation of this contract. 10.2 NON-EXCLUSIVE REMEDIES: The rights and remedies of the City under this Contract are non- exclusive. 10.3 DEFAULT'IN ONE INSTALLMENT TO CONSTITUTE BREACH: Each installment or lot of this Contract is dependent on every other installment or lot and a delivery" of non -conforming goods or services or a default of any nature under one.installment or -lot will impair the value of the whole Contract and constitutes a breach of the Contract as a whole. 10.4 TIME IS OF THE ESSENCE: Time of each of the terms, covenants, and conditions of this Contract is hereby expressly made of the essence. The City is. providing services which involve health, safety and welfare of the general public, delivery time is of the essence. Delivery must be made in accordance with the delivery schedule promised by the Contractor. 10.5 NON-EXCLUSIVE CONTRACT: The City reserves the right to purchase goods or services from another source only when necessary and determined appropriate by the City's Procurement Manager. 10.6 STRICT PERFORMANCE: Failure of either Party to insist upon the strict performance of any item or condition of the Contract or to exercise or delay.the exercise of any right or remedy provided in the Contract, or by law, or the acceptance of materials or services, obligations imposed by this Contract or by law shall not be'deemed awaiver of any right of either Party to insist upon the strict. performance of the Contract. 10.7 CONFLICT OF INTEREST: This Contract is subject to the provisions of A.R.S. § 38-511 and may be canceled by the City, without penalty or further obligation, if any person significantly involved in initiating, negotiating, securing, drafting, or creating the Contract on behalf of the City is, or becomes, an employee, consultant, or agent of Contractor in any capacity with respect to the subject matter of the Contract while the Contract or any extension or amendment thereof, is in effect. S(A itat on No: 1F8 18-.4140 *w .goodyear .gm I Page 19 of 71 CITY OF GOODYEAR of Procurement 190 N. Li 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 .ur Gocnr odyea Standard Terms and Conditions. Phone: ,623 -ase -7834 9.7 PREPARATION OF SPECIFICATIONS BY PERSONS OTHER THAN. CITY PERSONNEL: All specifications shall seek to promote overall economy for the purposes intended and encourage competition and not be unduly restrictive in satisfying the City's needs. No person preparing specifications shall receive any direct or indirect benefit from the utilization of specifications; other than fees paid for the preparation of specifications. 9.8 SURVIVAL:: Sections 6..7, 8. 9, 10 and 11 will survive the completion, termination and/or abandonment of the Contract. 9.9 COMPLIANCE WITH APPLICABLE LAW: Contractor shall comply with all applicable federal, state and local laws, codes and regulations; including all applicable buildingregulations, license and permits requirements. SECTION 10.' CITY CONTRACTUAL RIGHTS 10.1 RIGHT OF ASSURANCE: Whenever the City in good faith has a reason to question the Contractor's intent or ability to perform, the.City may demand that the Contractor give written assurance of the intent and ability to perform. In the event that a demand is made and no written assurance is given within five (5) work days, the City may treat this failure as an anticipatory repudiation of this contract. 10.2 NON-EXCLUSIVE REMEDIES: The rights and remedies of the City under this Contract are non- exclusive. 10.3 DEFAULT'IN ONE INSTALLMENT TO CONSTITUTE BREACH: Each installment or lot of this Contract is dependent on every other installment or lot and a delivery" of non -conforming goods or services or a default of any nature under one.installment or -lot will impair the value of the whole Contract and constitutes a breach of the Contract as a whole. 10.4 TIME IS OF THE ESSENCE: Time of each of the terms, covenants, and conditions of this Contract is hereby expressly made of the essence. The City is. providing services which involve health, safety and welfare of the general public, delivery time is of the essence. Delivery must be made in accordance with the delivery schedule promised by the Contractor. 10.5 NON-EXCLUSIVE CONTRACT: The City reserves the right to purchase goods or services from another source only when necessary and determined appropriate by the City's Procurement Manager. 10.6 STRICT PERFORMANCE: Failure of either Party to insist upon the strict performance of any item or condition of the Contract or to exercise or delay.the exercise of any right or remedy provided in the Contract, or by law, or the acceptance of materials or services, obligations imposed by this Contract or by law shall not be'deemed awaiver of any right of either Party to insist upon the strict. performance of the Contract. 10.7 CONFLICT OF INTEREST: This Contract is subject to the provisions of A.R.S. § 38-511 and may be canceled by the City, without penalty or further obligation, if any person significantly involved in initiating, negotiating, securing, drafting, or creating the Contract on behalf of the City is, or becomes, an employee, consultant, or agent of Contractor in any capacity with respect to the subject matter of the Contract while the Contract or any extension or amendment thereof, is in effect. S(A itat on No: 1F8 18-.4140 *w .goodyear .gm I Page 19 of 71 10.8 DEFAULT: In the case of default by the Contractor, the City may, by written notice, cancel this contract and repurchase from another source and may recover the excess costs by (i) deduction from an unpaid balance due; (ii) collection against the bid and/or performance bond, or (iii) a combination of the aforementioned remediesor other remedies as provided by law. 10.9 NOTICES: Unless otherwise provided herein, demands under this Contract will be in writing and will be deemed to have been duly given aad received either (a) on the date of service if personally delivered to the Party to whom notice is to be given, or (b) on the third day after the date of the postmark of deposit by fust class,United States mail, registered or certified postage prepaid and properly_ addressed as follows: To City: Ron Siev%vright City of Goodyear, Streets and Traffic Superintendent 200 South Calle Del Pueblo Goodyear, AZ 85338 To Contractor. Copy to: ' Roric Massey City, of Goodyear. City Attorney 190 N. Litchfield Road Goodyear, AZ 85338 10.10 This Contract shall be in full force and effect only when it has executed by duly authorized City officials and the duly authorized agent of the Contractor. SECTION 11. CERTIFICATION 11.1 By signing on the.offer and acceptance page, the'individual certifies that they are authorized to sign on behalf of Contractorand further certifies that (a) No collusion or other anti-competitive practices were engaged in to arrive at the terms of this Contract, and that this Contract is subject to the provisions of A.R.S. Section 38-511; (b) The Contractor has not given, offered to give, nor intends to give at time hereafter :any economic opportunity, future employment, gift, loan, gratuity, special discount, trip favor, or service to a public servant in connection with this Contract. Failure to sign the offer, or signing.it with a false statement, shall void the submitted offer or any resultant contract, and the Contractor may be debarred. SECTION 12. LICENSING, DEBARMENT AND SUSPENSION 12.1 LicensinglPermits:.Contractor wan -ants and certifies that Contractor and its Subcontractors will maintain valid licenses, registrations, permits, and other approvals necessary to perform the Services required under this Contract ('Approvals'). Contractor shall immediately advise the City in writing of any change in information provided by Contractor or.its subcontractors as it relates to any Approvals.' Noncompliance with this provision is a material breach of Contract. 12.2 Debarment/Suspension: Contractor warrants and certifies neither Contractor nor any of its subcontractor: Soricitaaon No: IFB 104140 w .goodyesraz.gov i Page 20 or 71 Office Procurement CITY OF GOODYEAR 190 N.Litchfield Road 5 0 Goodyear, AZx 8 Goodyear, AZ 85338 Goodyear Standard Terms and Conditions Phone: 623-882-783 10.8 DEFAULT: In the case of default by the Contractor, the City may, by written notice, cancel this contract and repurchase from another source and may recover the excess costs by (i) deduction from an unpaid balance due; (ii) collection against the bid and/or performance bond, or (iii) a combination of the aforementioned remediesor other remedies as provided by law. 10.9 NOTICES: Unless otherwise provided herein, demands under this Contract will be in writing and will be deemed to have been duly given aad received either (a) on the date of service if personally delivered to the Party to whom notice is to be given, or (b) on the third day after the date of the postmark of deposit by fust class,United States mail, registered or certified postage prepaid and properly_ addressed as follows: To City: Ron Siev%vright City of Goodyear, Streets and Traffic Superintendent 200 South Calle Del Pueblo Goodyear, AZ 85338 To Contractor. Copy to: ' Roric Massey City, of Goodyear. City Attorney 190 N. Litchfield Road Goodyear, AZ 85338 10.10 This Contract shall be in full force and effect only when it has executed by duly authorized City officials and the duly authorized agent of the Contractor. SECTION 11. CERTIFICATION 11.1 By signing on the.offer and acceptance page, the'individual certifies that they are authorized to sign on behalf of Contractorand further certifies that (a) No collusion or other anti-competitive practices were engaged in to arrive at the terms of this Contract, and that this Contract is subject to the provisions of A.R.S. Section 38-511; (b) The Contractor has not given, offered to give, nor intends to give at time hereafter :any economic opportunity, future employment, gift, loan, gratuity, special discount, trip favor, or service to a public servant in connection with this Contract. Failure to sign the offer, or signing.it with a false statement, shall void the submitted offer or any resultant contract, and the Contractor may be debarred. SECTION 12. LICENSING, DEBARMENT AND SUSPENSION 12.1 LicensinglPermits:.Contractor wan -ants and certifies that Contractor and its Subcontractors will maintain valid licenses, registrations, permits, and other approvals necessary to perform the Services required under this Contract ('Approvals'). Contractor shall immediately advise the City in writing of any change in information provided by Contractor or.its subcontractors as it relates to any Approvals.' Noncompliance with this provision is a material breach of Contract. 12.2 Debarment/Suspension: Contractor warrants and certifies neither Contractor nor any of its subcontractor: Soricitaaon No: IFB 104140 w .goodyesraz.gov i Page 20 or 71 a. Are presently debarred, suspended, proposed for debarment, declared ineligible or otherwise legally excluded from contracting with any federal, state or local government entity; and b. Have not been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal; state or local) transaction or .contract; violation of federal or state anti-trust statutes or commission of embezzlement, theftJorgery, bribery, falsification or destruction of records, making false statements or receiving stolen property within a three (3) year period preceding this Contract; c. Are not; or have not been, indicted of or otherwise criminally charged by a governmental entity with the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing any public transaction or contract under a public transaction; violation of federal or state anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property, and d. Have not had one or more public transaction (federal, state or local) terminated for cause or default. 12.3 City has no affirmative duty or obligation to confirm or deny the existence or issuance of any Approvals or Debarments, or to examine Contractor's'contracting ability. END OF STANDARD TERMS AND CONDITIONS Solicitation No:. IFB 18-4140 1 w .goWyearaz.gov I Page 21 of 71 Office of Procurement CI•TY OF GOODYEAR 190 N. Litchfield Road P.Box 00 Goodyear. AZ 85338 85 Goodyear Standard Terms and Conditions Phone: 623-882-7834 a. Are presently debarred, suspended, proposed for debarment, declared ineligible or otherwise legally excluded from contracting with any federal, state or local government entity; and b. Have not been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal; state or local) transaction or .contract; violation of federal or state anti-trust statutes or commission of embezzlement, theftJorgery, bribery, falsification or destruction of records, making false statements or receiving stolen property within a three (3) year period preceding this Contract; c. Are not; or have not been, indicted of or otherwise criminally charged by a governmental entity with the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing any public transaction or contract under a public transaction; violation of federal or state anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property, and d. Have not had one or more public transaction (federal, state or local) terminated for cause or default. 12.3 City has no affirmative duty or obligation to confirm or deny the existence or issuance of any Approvals or Debarments, or to examine Contractor's'contracting ability. END OF STANDARD TERMS AND CONDITIONS Solicitation No:. IFB 18-4140 1 w .goWyearaz.gov I Page 21 of 71 SECTION 1. TERM OF CONTRACr 1. rhe term of this Contract shall be one (1) year commencing on the effective date, which is the date last signed by both Parties, and may be extended or renewed for consecutive additional one (7) year periods. not to exceed a total of five (5) years, subject to appropriations and mutual agreement of the. Parties. The City has no obligation to extend or renew this contract, and any decision to do so is at the sole discretion of the"City. SECTION 2 INSURANCE 2.1 MinimuumScwpe and Limits of Insurance. Contractors shall obtain'and maintain in full force and effect during the{ife of this Contract, and any warranty period, all of the following minimum scope of insurance coverages with an; insurance company duly licensed by the State of Arizona with a current AM. Best Company, Inc rating of not less than A- or above and a category rating of not less than '*VI H" with policies and forms satisfactory to the City. Use of alternative insurers requires prior written approval from City. 2.2 Commercial General Liability. Commercial General Liability insurance with a limit of not less than 51,000,000, per occurrence and $2,000,000 in the aggregate. The policy shall include coverage for premises - operations, products -completed operations, contractual liability, bodily injury, and property damage, but shall not be limited to the liability assumed under the indemnification provisions of this Contract. Coverage shall be at least as broad as Insurance Service Office policy form CG 00 01.07 98 or any replacement thereof, and shall be an occurrence -based .policy. The Certificate of Insurance for the Commercial General Liability insurance policy shall expressly cover the indemnification obligations required by this. Contract. These limits may be met through a combination of primary and excess_ liability coverage. 2.3 Automobile Liability. Commercial and Business Automobile Liability insurance for owned vehicles, hired, .and non -owned vehicles, with a policy limit of not less than S 1,000,000, combined single limits, per occurrence for bodily injury and property damage. Coverage shall be at least as broad as coverage Code 1 "any auto' under Insurance Service Office policy form CA 00 01 10 01 or -any replacement thereof. 2.4 Workcrs'-Compensation, Workers' Compensation as required by State. and federal law statuteshaving jurisdiction over its employees engaged in the performance of any Services herein. Contractor agrees to waive, and to obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City; its officers. agents, employees, and'volunteers arising from work performed by Contractor for the City and to require each of its subcontractors, if any, to do likewise urider their workers' compensation insurance policies. 2.5 Umbrella/Excess Liability. Contractor and Subcontractor shall maintain Umbrella and Excess Liability insurance with an limit of not less than S2,000,000 per occurrence combined limit Bodily Injury and Property Damage. that "follows form" and applies in excess of the Commercial General Liability, Automobile Liability, ,and Employer's Liability, as required above. Primary per occurrence coverage may he used to fulfill this requirement. 2.6 Claim Reoortine. Any failure to comply with the claim reporting provisions of the policies or any breach of a policy warranty shall not affect coverage afforded under the policy to protect the City. 2.7 Notice of Cancellation. Each certificate for each insurance policy required by the insurance provisions of this Contract shall provide the required coverage and shall norbe suspended; voided; canceled, or reduced in Soadtatlon No: IFS 194140 I w .goodyearar.go I Page 22 of 71 Office of Procurement CITY OF GOODYEAR 196 N. Litchfield [toad AAMa P.O. Box 5100 Goodyear, AZ 85338 Goodyear Special Terms and Conditions Phone: 623-882-7834 SECTION 1. TERM OF CONTRACr 1. rhe term of this Contract shall be one (1) year commencing on the effective date, which is the date last signed by both Parties, and may be extended or renewed for consecutive additional one (7) year periods. not to exceed a total of five (5) years, subject to appropriations and mutual agreement of the. Parties. The City has no obligation to extend or renew this contract, and any decision to do so is at the sole discretion of the"City. SECTION 2 INSURANCE 2.1 MinimuumScwpe and Limits of Insurance. Contractors shall obtain'and maintain in full force and effect during the{ife of this Contract, and any warranty period, all of the following minimum scope of insurance coverages with an; insurance company duly licensed by the State of Arizona with a current AM. Best Company, Inc rating of not less than A- or above and a category rating of not less than '*VI H" with policies and forms satisfactory to the City. Use of alternative insurers requires prior written approval from City. 2.2 Commercial General Liability. Commercial General Liability insurance with a limit of not less than 51,000,000, per occurrence and $2,000,000 in the aggregate. The policy shall include coverage for premises - operations, products -completed operations, contractual liability, bodily injury, and property damage, but shall not be limited to the liability assumed under the indemnification provisions of this Contract. Coverage shall be at least as broad as Insurance Service Office policy form CG 00 01.07 98 or any replacement thereof, and shall be an occurrence -based .policy. The Certificate of Insurance for the Commercial General Liability insurance policy shall expressly cover the indemnification obligations required by this. Contract. These limits may be met through a combination of primary and excess_ liability coverage. 2.3 Automobile Liability. Commercial and Business Automobile Liability insurance for owned vehicles, hired, .and non -owned vehicles, with a policy limit of not less than S 1,000,000, combined single limits, per occurrence for bodily injury and property damage. Coverage shall be at least as broad as coverage Code 1 "any auto' under Insurance Service Office policy form CA 00 01 10 01 or -any replacement thereof. 2.4 Workcrs'-Compensation, Workers' Compensation as required by State. and federal law statuteshaving jurisdiction over its employees engaged in the performance of any Services herein. Contractor agrees to waive, and to obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City; its officers. agents, employees, and'volunteers arising from work performed by Contractor for the City and to require each of its subcontractors, if any, to do likewise urider their workers' compensation insurance policies. 2.5 Umbrella/Excess Liability. Contractor and Subcontractor shall maintain Umbrella and Excess Liability insurance with an limit of not less than S2,000,000 per occurrence combined limit Bodily Injury and Property Damage. that "follows form" and applies in excess of the Commercial General Liability, Automobile Liability, ,and Employer's Liability, as required above. Primary per occurrence coverage may he used to fulfill this requirement. 2.6 Claim Reoortine. Any failure to comply with the claim reporting provisions of the policies or any breach of a policy warranty shall not affect coverage afforded under the policy to protect the City. 2.7 Notice of Cancellation. Each certificate for each insurance policy required by the insurance provisions of this Contract shall provide the required coverage and shall norbe suspended; voided; canceled, or reduced in Soadtatlon No: IFS 194140 I w .goodyearar.go I Page 22 of 71 coverage by endorsement to limits lower than those required by thii Contract, except after prior written consent from rhe City. Notice will be sent as required herein. 2.8 Additional Insureds. -The Commercial General Liability and Business Automobile Liability policies shall contain or be endorsed to contain the following provision: `The City of Goodyear and its elected and appointed boards, officers, officials, agents, employees, and volunteers are additional insureds with respect to liability arising out of, or related to, activities performed by or on behalf of the Contractor pursuant to its contract with the City; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; automobiles owned, leased; hired, or borrowed by the Contractor." 2.10 Primacy of Coverage. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of.insurer's liability.. Contractor's policy shall be primary and non-contributory. 2.11 Certificates.of Insurance/Endorsements. Contractor shall provide City with Certificatesof Insurance and proper additional insured endorsements as required by this Contract and as.described above, in a form and content approved by City, prior to performing any services under this Contract. The Certificates of Insurance shall be attached hereto and incorporated hereby by this reference: 2:12 No Representation of Coverage Adequacy. The insurance requirements herein are minimurri requirements. The City in no way warrants that the minimum requirements are sufficient to protect Contractor from liabilities that might arise out of the performance of the Work under this Contract by Contractor; and the Contractor is free to purchase additional insurance. Any insurance coverage carried'by the City or its employees is excess coverage and not contributory.coVerage to that provided by the Contractor.The amount and type of insurance coverage requirements set forth herein shall in no way be construed as limiting the scope of the indemnification obligations under this Contract. 2.13 Non -Waiver. The City reserves the right to review any. and all insurance policies and/or an endorsement required by this Contract, but has no oblieation to do so. Failure to identify any insurance deficiency shall not relieve the Contractor from; nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Contract. Any failure of Contractor to comply with the reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, agents. employees and volunteers. 2.14 Notice of Cancellation: Each, certificate for each insurance policy required by this.Section shall provide the required coverage and shall not be suspended, voided, canceled, reduced in coverage by endorsement to limits lower than those required by this Contract except after prior written consent from the City. 2.15 Claim Reporting. Any failure to comply with the claim reporting provisions of the policies or any breach of policy warranty shall not affect coverage afforded under the policy to protect the City. 2.16Other Contractors or' Vendors. Contractor shall ensure its subcontractors. and any vendors that may be contracted with in connection with the Project procure and maintain insurance coverage as is appropriate for their particular contract and properly endorse the City as required in this Section 9. .Solicitation No:. IFB 184140 1 vnnv,goodyearaz.gov I Pape 23 of 71 CITY OF GOODYEAR Office Li Procurement 190 N.LiichfiddRoad '`,'' P.O. Box 5100 Goodyear, AZ 85338 GODur ear Special Terms and Conditions Phone; 623-883-7834 coverage by endorsement to limits lower than those required by thii Contract, except after prior written consent from rhe City. Notice will be sent as required herein. 2.8 Additional Insureds. -The Commercial General Liability and Business Automobile Liability policies shall contain or be endorsed to contain the following provision: `The City of Goodyear and its elected and appointed boards, officers, officials, agents, employees, and volunteers are additional insureds with respect to liability arising out of, or related to, activities performed by or on behalf of the Contractor pursuant to its contract with the City; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; automobiles owned, leased; hired, or borrowed by the Contractor." 2.10 Primacy of Coverage. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of.insurer's liability.. Contractor's policy shall be primary and non-contributory. 2.11 Certificates.of Insurance/Endorsements. Contractor shall provide City with Certificatesof Insurance and proper additional insured endorsements as required by this Contract and as.described above, in a form and content approved by City, prior to performing any services under this Contract. The Certificates of Insurance shall be attached hereto and incorporated hereby by this reference: 2:12 No Representation of Coverage Adequacy. The insurance requirements herein are minimurri requirements. The City in no way warrants that the minimum requirements are sufficient to protect Contractor from liabilities that might arise out of the performance of the Work under this Contract by Contractor; and the Contractor is free to purchase additional insurance. Any insurance coverage carried'by the City or its employees is excess coverage and not contributory.coVerage to that provided by the Contractor.The amount and type of insurance coverage requirements set forth herein shall in no way be construed as limiting the scope of the indemnification obligations under this Contract. 2.13 Non -Waiver. The City reserves the right to review any. and all insurance policies and/or an endorsement required by this Contract, but has no oblieation to do so. Failure to identify any insurance deficiency shall not relieve the Contractor from; nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Contract. Any failure of Contractor to comply with the reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, agents. employees and volunteers. 2.14 Notice of Cancellation: Each, certificate for each insurance policy required by this.Section shall provide the required coverage and shall not be suspended, voided, canceled, reduced in coverage by endorsement to limits lower than those required by this Contract except after prior written consent from the City. 2.15 Claim Reporting. Any failure to comply with the claim reporting provisions of the policies or any breach of policy warranty shall not affect coverage afforded under the policy to protect the City. 2.16Other Contractors or' Vendors. Contractor shall ensure its subcontractors. and any vendors that may be contracted with in connection with the Project procure and maintain insurance coverage as is appropriate for their particular contract and properly endorse the City as required in this Section 9. .Solicitation No:. IFB 184140 1 vnnv,goodyearaz.gov I Pape 23 of 71 SECTION 3. OTHER 3.1 An original bid bond for ten (10%) of the bid price is required to be submitted with the bid: 4. 1.1 The Contractor is required to submit with Bid a certified or cashiers' check,. upon a solvent bank, or a surety bond in an amount equal to ten percent (10%) of the base bid price made payable to the City of Goodyear. The bid security shall be.given as a guarantee that the Contractor will enter into the Contract if awarded to him; and shall be declared forfeited as liquidated damages if he refuses to enter into the contract upon request to do so by the City. The Bid security other than bid bonds will be returned to the unsuccessful bidders and to the successful bidder upon his execution of a satisfactory payment and performance bond, and contract. Failure by the. Contractorto submit bid bond shall result in rejection of the Bid as nom -responsive. 3.2 A performance bond for one hundred (100°/x) of the Contract. price is required atthe time of execution of the Contract and shall meet the requirements of A.R.S., Title 34, as amended; if applicable. 3.3 A payment bond for one hundred (100%) of the Contract price is required,at the time.of execution of this Contract and shall meet the requirements of A.R.S., Title 34, as amended, if applicable. 3.3.1 Performance and Payment Bonds.. The Contractor is required to provide and pay for performance and payment bonds. Bonds shall cover the fli thful pertbimance (100%) of the Contract, and the payment of all obligations (100%) arising thereunder, in such form as the City may prescribe and with such surety or sureties as are approved. The Contractor shall deliver the required bonds to the City not later than the date of execution of the Contract. The Contractor shall require the attorney in fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of his power-of-attorney indicating the monetary limit of such power. The surety bonds shall be executed solely by a company or companies holding a certificate of authority to transact surety business in the State of Arizona issued by the Director of the Department of Insurance pursuant to Arizona Revised Statutes, Title 20, Chapter 2, Article 1. The bond amounts shall be for one hundred percent (100%) of the Contract amount plus any authorized Change Orders added to the Contract, of which notice to the surety shall be waived. The bonds shall not be executed by an individual surety or sureties. 3.4 Regjstrar of Contractors. At a minimum, Contractors must be licensed with the Arizona Registrar of Conti -actors at the time of bid submittal. License must be active and in good standing. Contractor agrees to provide copies of all license(s) at time of bid submittal and at any time during the Contract Term. 3.5 Dust Control. Contractor must adhere to all necessary Maricopa County dust control laws and regulations and seek clarification when necessary regarding permitting. Salicitaliari Na: IFa 18-4140 I, -v .goodyeaim.gw I Piga 24 of 71 CITY OF GOODYEAR Office Li Procurement 190 N. Lichfield Road ',,,' P.O. Goodyear,ar, 85 AZ 85338 GO�y@Gr Special Terms and Conditions Phone: 623-882-7834 SECTION 3. OTHER 3.1 An original bid bond for ten (10%) of the bid price is required to be submitted with the bid: 4. 1.1 The Contractor is required to submit with Bid a certified or cashiers' check,. upon a solvent bank, or a surety bond in an amount equal to ten percent (10%) of the base bid price made payable to the City of Goodyear. The bid security shall be.given as a guarantee that the Contractor will enter into the Contract if awarded to him; and shall be declared forfeited as liquidated damages if he refuses to enter into the contract upon request to do so by the City. The Bid security other than bid bonds will be returned to the unsuccessful bidders and to the successful bidder upon his execution of a satisfactory payment and performance bond, and contract. Failure by the. Contractorto submit bid bond shall result in rejection of the Bid as nom -responsive. 3.2 A performance bond for one hundred (100°/x) of the Contract. price is required atthe time of execution of the Contract and shall meet the requirements of A.R.S., Title 34, as amended; if applicable. 3.3 A payment bond for one hundred (100%) of the Contract price is required,at the time.of execution of this Contract and shall meet the requirements of A.R.S., Title 34, as amended, if applicable. 3.3.1 Performance and Payment Bonds.. The Contractor is required to provide and pay for performance and payment bonds. Bonds shall cover the fli thful pertbimance (100%) of the Contract, and the payment of all obligations (100%) arising thereunder, in such form as the City may prescribe and with such surety or sureties as are approved. The Contractor shall deliver the required bonds to the City not later than the date of execution of the Contract. The Contractor shall require the attorney in fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of his power-of-attorney indicating the monetary limit of such power. The surety bonds shall be executed solely by a company or companies holding a certificate of authority to transact surety business in the State of Arizona issued by the Director of the Department of Insurance pursuant to Arizona Revised Statutes, Title 20, Chapter 2, Article 1. The bond amounts shall be for one hundred percent (100%) of the Contract amount plus any authorized Change Orders added to the Contract, of which notice to the surety shall be waived. The bonds shall not be executed by an individual surety or sureties. 3.4 Regjstrar of Contractors. At a minimum, Contractors must be licensed with the Arizona Registrar of Conti -actors at the time of bid submittal. License must be active and in good standing. Contractor agrees to provide copies of all license(s) at time of bid submittal and at any time during the Contract Term. 3.5 Dust Control. Contractor must adhere to all necessary Maricopa County dust control laws and regulations and seek clarification when necessary regarding permitting. Salicitaliari Na: IFa 18-4140 I, -v .goodyeaim.gw I Piga 24 of 71 1. SCOPE OF WORK The purpose of this Invitation for Bid is to enter into a contract to perform removal and/or installation of pavement marking on- or about February 1, 201 S. The Engineering Department desires to retain qualified contractor(s) for the suipplying, installing and/or removing of paint, thermoplastic, and profile thermoplastic, as required, at various Iocations citywide as ordered by the City in accordance with these specifications and the provisions contained in this Invitation for Bid (IFB). The City reserves the right to award this contract to multiple vendors. 2. DEFII\TTIONS' City CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road A,,'' Contract Administrator's ,Representative P.O. Box 5100 Goodyear. AZ 85338 Inspector Goa o year Scope of Work Phone:, 623-882-7834 1. SCOPE OF WORK The purpose of this Invitation for Bid is to enter into a contract to perform removal and/or installation of pavement marking on- or about February 1, 201 S. The Engineering Department desires to retain qualified contractor(s) for the suipplying, installing and/or removing of paint, thermoplastic, and profile thermoplastic, as required, at various Iocations citywide as ordered by the City in accordance with these specifications and the provisions contained in this Invitation for Bid (IFB). The City reserves the right to award this contract to multiple vendors. 2. DEFII\TTIONS' City City of Goodyear, Engineering Department Contract Administrator Strectsrrraffic Superintendent Contract Administrator's ,Representative Person delegated responsibility for administration of portions of, or the entire contract by the Contract Administrator. Inspector The City's authorized representative assigned to make detailed inspections of contract performance. Contractor Firm and/or individual that will perform the work requested in this solicitation.: On -Site Supervisor Contractor's employee authorized to direct or oversee work operations and having authority to snake day-to-day decisions concerning the worktions. Standard Sixcifications The ADOT Standard Specifications for Road and Bridge Construction, Latest Edition including errata, and addenda. MUTCD Manual on Uniform Traffic Control Devices. Latest Edition as adopted by the City. ASTM American Society For Testing Materials City of Goodyear City of Goodyear Engineering Design Standards and Policies Manual to include striping notes(Current Edition) MCDOT Maricopa County City of Transponation, Pavement Marking Manual (Current Edition) City of Phoenix City of Phoenix Barricade Manual (Latest Edition) 3. WORWLOCATIONS • All striping to include Arterial, Rural Arterial, Collector; Residential streets, and parking lots within the City of Goodyear, City boundaries. The offeror shall commit to having sufficient local resources (materials, personnel and equipment) necessary to do projects on a short notice: The unavailability of resources within the City's time frame for funding and/or a specific road closure can be the basis for the City using the next lowest priced contractor for that project. Re- occurring unavailability of contractor resources that result in project delays shall be the basis for. cancellation of a portion of, or all of, a contract. The applicable City of Goodyear representative or appointed representative(s) has the authority to coordinate, schedule, conduct, inspect, accept.- monitor performance, and invoke warranty provisions within the stated provisions of this contract. .SoOdtation No: IFB 18.4140 1 w-goaayearaz.gov I Page 25 of 71 The City of Goodyear' representatives: City Traffic Enttineer Engineering Department City of Goodyear, Arizona 14455 W Van Buren St., Ste. D101 Goodyear, AZ 85338 623.882.7519 - Direct Eneineerine Director Engineering Department City of Goodyear, Arizona 14455 W. Van Buren SL, Ste. 13101 Goodyear, AZ 85338 Streetsfr af5c Superintendent 200 S. Calle Del Pueblo Goodyear, AZ 85338 Phone: 623-882-7632 The contractor shall be responsible for coordinating all pavements marking work with the Streets/Traffic Superintendent. A contract purchase order and written work order from the StreeWrmffic Superintendent or designee is necessary before any work can proceed on any project. Any work that is done by the contractor without proper authorization may not be eligible for payment. Manual on Uniform Traffic Control Devices (TIUTCD), latest Edition as adopted by the City and the City's supplement to this document; City of Goodyear Engineering Design Standards and Policies Manual current editions; MCDOT Pavement Marking Manual current editions; ADOT Standard Specifications for Road and Bridge Construction current editions plus all applicable Stored Specifications; ADOT Standard Drawings for Signing and Marking current editions and any documents referenced directly in the specifications and this IFB. 4. WORK DETAILS This contract will involve a number of different categories of pavement marking work The necessary traffic control work and mobilization, if applicable, is regarded as in support of all the pavement marking work'items and will be managed accordingly: The contractor shall supply all the necessary materials, labor, equipment and traffic control to do all the pavement marking work described herein. The categories of pavement marling work are: 1. Waterbome Paint Markings (WPM) 2. Thermoplastic Markings (THM) 3. Profile Thermoplastic Markings (PFM 4. Existing Pavement Marling Removal and/or Surface Preparstion (PMR'nr SP) 5. Traffic Control The technica),requirements regarding all the work within this contract and the applicable will be divided into these five categories. All the labor, equipment and other items necessary for the proper execution of this work will be considered to be included within these five areas. Marking work will also be divided into two basic types of work based on application. The work units are as follows: Sciatation No: IFB 184140 1 W—.goodyearaz.gav I Page 26 of 71 Office of Procurement CIT17 OF GOODYEAR 196N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Scope of Work Phone: 623-882-7834 Go"o"dyear The City of Goodyear' representatives: City Traffic Enttineer Engineering Department City of Goodyear, Arizona 14455 W Van Buren St., Ste. D101 Goodyear, AZ 85338 623.882.7519 - Direct Eneineerine Director Engineering Department City of Goodyear, Arizona 14455 W. Van Buren SL, Ste. 13101 Goodyear, AZ 85338 Streetsfr af5c Superintendent 200 S. Calle Del Pueblo Goodyear, AZ 85338 Phone: 623-882-7632 The contractor shall be responsible for coordinating all pavements marking work with the Streets/Traffic Superintendent. A contract purchase order and written work order from the StreeWrmffic Superintendent or designee is necessary before any work can proceed on any project. Any work that is done by the contractor without proper authorization may not be eligible for payment. Manual on Uniform Traffic Control Devices (TIUTCD), latest Edition as adopted by the City and the City's supplement to this document; City of Goodyear Engineering Design Standards and Policies Manual current editions; MCDOT Pavement Marking Manual current editions; ADOT Standard Specifications for Road and Bridge Construction current editions plus all applicable Stored Specifications; ADOT Standard Drawings for Signing and Marking current editions and any documents referenced directly in the specifications and this IFB. 4. WORK DETAILS This contract will involve a number of different categories of pavement marking work The necessary traffic control work and mobilization, if applicable, is regarded as in support of all the pavement marking work'items and will be managed accordingly: The contractor shall supply all the necessary materials, labor, equipment and traffic control to do all the pavement marking work described herein. The categories of pavement marling work are: 1. Waterbome Paint Markings (WPM) 2. Thermoplastic Markings (THM) 3. Profile Thermoplastic Markings (PFM 4. Existing Pavement Marling Removal and/or Surface Preparstion (PMR'nr SP) 5. Traffic Control The technica),requirements regarding all the work within this contract and the applicable will be divided into these five categories. All the labor, equipment and other items necessary for the proper execution of this work will be considered to be included within these five areas. Marking work will also be divided into two basic types of work based on application. The work units are as follows: Sciatation No: IFB 184140 1 W—.goodyearaz.gav I Page 26 of 71 UNIT 1 - Short Line Work: Short line work. is defined as those markings that are typically installed or removed using a walk behind hand can unit. The types of markings installed or removed under payment items on the short line fee schedule will include cross hatching, intersection -guide lines, stop bars, crosswalks, legends, arrows, raised curb painting and railroad markings. The short line work unit can also be used, at the approval of the City, to reinstall short segments (200 feet +I- or less) of long lines if necessary. UNIT 2 - Long Line Work: Lone line work is defined as those markings which are typically installed or removed at a fairly rapid speed using a long line truck that has a driver and an operator. The types of markings to be installed or removed under payment items on the long line fee schedule will include lane lines, center lines, edge lines, gore lines and storage lines. For the other categories of work. in order to accommodate the -City's unforeseeable usage, three (3) order sizes have been established for each specified subcategory of items. These order size -variations are also intended. to allow each Offeror an opportunity to fairly pass on mobilization, labor and equipment costs while still allowing the City the convenience of it small project and the economies of larger projects. ' There are three (3) levels of bid prices for all of the work items identified. The application of the levels ofbid prices will be determined based an the estimated overall dollar value of all the pavement marking work to be done on that specific pavement marking project defined in the City's written contract work order. The overall calculation of value shall exclude any costs for traffic control. The project quantity value levels are as follows: Level 1- A minimum project value of beiween$5,000.00 to $19,999.99 of pavement marking work. Level 11- A project value of between 520,000.00 to 599,999.99 of pavement marking Work. Level ID - A project value of $100,000 or more of'pavement marking work. All items, traffic control and mobilization items will be included with the unit bid price on the Fee Schedule and not as a separate item except for uniformed officers, have three levels of applicability based on these levels and the criteria specified herein. It shall be the contractor's responsibility to verify the indicated quantities and the applicable project quantity value levels. The City Traffic Engineer will be the City's authority on all work accomplished on the Citywide Pavement Marking Contract. The contractor shall log quantities daily. A sample Daily Work Quantities Reportis attached as Exhibit 1. 4:1 Items of work All items of work shall be provided in conformance to the specifications and as presented on the appropriate Fee Schedule. 4. 1.1 Method of Measurement The installation, removal of pavement marling lines, and surface preparation will,be measured by the linear foot along the center line of the pavement marking line (or stripe) and will be based on the specific payment item as herein described and specified on the appropriate Fee Schedule Soadtatlon No: IFB 18-4140 1 w .goodyeam.gor I Page 27 of 71 CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road A,,'' P.O. Box 5100 Goodyear, AZ 85338 �OIYCr; r Scope of Work Phone: 623-882-7834 UNIT 1 - Short Line Work: Short line work. is defined as those markings that are typically installed or removed using a walk behind hand can unit. The types of markings installed or removed under payment items on the short line fee schedule will include cross hatching, intersection -guide lines, stop bars, crosswalks, legends, arrows, raised curb painting and railroad markings. The short line work unit can also be used, at the approval of the City, to reinstall short segments (200 feet +I- or less) of long lines if necessary. UNIT 2 - Long Line Work: Lone line work is defined as those markings which are typically installed or removed at a fairly rapid speed using a long line truck that has a driver and an operator. The types of markings to be installed or removed under payment items on the long line fee schedule will include lane lines, center lines, edge lines, gore lines and storage lines. For the other categories of work. in order to accommodate the -City's unforeseeable usage, three (3) order sizes have been established for each specified subcategory of items. These order size -variations are also intended. to allow each Offeror an opportunity to fairly pass on mobilization, labor and equipment costs while still allowing the City the convenience of it small project and the economies of larger projects. ' There are three (3) levels of bid prices for all of the work items identified. The application of the levels ofbid prices will be determined based an the estimated overall dollar value of all the pavement marking work to be done on that specific pavement marking project defined in the City's written contract work order. The overall calculation of value shall exclude any costs for traffic control. The project quantity value levels are as follows: Level 1- A minimum project value of beiween$5,000.00 to $19,999.99 of pavement marking work. Level 11- A project value of between 520,000.00 to 599,999.99 of pavement marking Work. Level ID - A project value of $100,000 or more of'pavement marking work. All items, traffic control and mobilization items will be included with the unit bid price on the Fee Schedule and not as a separate item except for uniformed officers, have three levels of applicability based on these levels and the criteria specified herein. It shall be the contractor's responsibility to verify the indicated quantities and the applicable project quantity value levels. The City Traffic Engineer will be the City's authority on all work accomplished on the Citywide Pavement Marking Contract. The contractor shall log quantities daily. A sample Daily Work Quantities Reportis attached as Exhibit 1. 4:1 Items of work All items of work shall be provided in conformance to the specifications and as presented on the appropriate Fee Schedule. 4. 1.1 Method of Measurement The installation, removal of pavement marling lines, and surface preparation will,be measured by the linear foot along the center line of the pavement marking line (or stripe) and will be based on the specific payment item as herein described and specified on the appropriate Fee Schedule Soadtatlon No: IFB 18-4140 1 w .goodyeam.gor I Page 27 of 71 Any measurement of a line that is not specifically addressed per the Fee Scheduile with a plan width and length that is greater or less than the basic four inches, will be converted io the appropriate four inch wide item by the following method: Plan Width of Striping (inches) x Linear Feet 4 (inches) This measurement method is defined as the equivalent four inch linear foot. No measurement will be made of gaps (e.g area of no marking) between the dashed lines. The installation and the removal of crosswalk lines, stop bars, stop lines, gore lines; cross hatch lines, chevron lines, the "X" in a railroad marking and railroad marking transverse lines will be measured per the linear foot per the width specified or the averaged width as measured is the field as equated by the equivalent four inch wide linear foot formula contained herein. This includes the installation of primer/sealer for thermoplastic lines, the removal of PCCP curing compound and the removal or surface preparation of existing pavement markings. The installation, removal, and surface preparation of pavement marking symbols and legends shall be measured by each unit. Eacb pavement symbol and each legend that exists in the field and/or is a pan of the work order and as defined on the Signing and Marking Standard Drawings, will he considered a unit A symbol unit is defined as a complete tum arrow, combination arrow, through (or straight) arrow, bike lane symbol. A four letter legend unit is defined as a complete "ONLY," "TURN "XING", "RIGHT'. -LEFT", or "STOP." All otherpavement legends will be paid for based on the single letter. All curb painting shall be paid for by the actual square footage measurcd,in the fteldby the contractor and approved by the City representative. Removal of curing compound from Portland Cement Concrete Pavement (PCCP) and the application of any primer sealer, which may be applied to both old'and new PCCP, prior to the application of thermoplastic marling, shall be measured by the linear foot for lines (or stripes) or unit each for symbols and legends; respectively, depending on the nature of the work to he done, in accordance with the items of work established in the Fee Schedule. The removal of lines for the arterials, collectors and residential streets will include all materials and widths. Extruded 90 mil thermoplastic rum lane guidelines that go through signalized and non -signalized intersections shall be paid for by each four -inch wide by two -foot long stripe or line installed. The application of'primer or contact cement for the installation of. preformed tape in shall be considered incidental to the applicable items: The type used (primer or contact cement) and the number of coats applied shall be in accordance with the preformed marking manufacturer's recommendations. The marking layout item and/or barrier marker installation shall be paid per the hour. Under this item the contractor shall provide a crew of two to three persons or more to layout the required locations and/or No: IFn 184140 1 —.go00yeX=.g0v I Page 28 of 71 Office Procurement ',,'' CITY OF GOODYEAR Li 190 N. Litchfield Road P.O. Box 5100 • Goodyear, AZ 85338 GOO! Scope of Work Phone: 623-882-7534 Any measurement of a line that is not specifically addressed per the Fee Scheduile with a plan width and length that is greater or less than the basic four inches, will be converted io the appropriate four inch wide item by the following method: Plan Width of Striping (inches) x Linear Feet 4 (inches) This measurement method is defined as the equivalent four inch linear foot. No measurement will be made of gaps (e.g area of no marking) between the dashed lines. The installation and the removal of crosswalk lines, stop bars, stop lines, gore lines; cross hatch lines, chevron lines, the "X" in a railroad marking and railroad marking transverse lines will be measured per the linear foot per the width specified or the averaged width as measured is the field as equated by the equivalent four inch wide linear foot formula contained herein. This includes the installation of primer/sealer for thermoplastic lines, the removal of PCCP curing compound and the removal or surface preparation of existing pavement markings. The installation, removal, and surface preparation of pavement marking symbols and legends shall be measured by each unit. Eacb pavement symbol and each legend that exists in the field and/or is a pan of the work order and as defined on the Signing and Marking Standard Drawings, will he considered a unit A symbol unit is defined as a complete tum arrow, combination arrow, through (or straight) arrow, bike lane symbol. A four letter legend unit is defined as a complete "ONLY," "TURN "XING", "RIGHT'. -LEFT", or "STOP." All otherpavement legends will be paid for based on the single letter. All curb painting shall be paid for by the actual square footage measurcd,in the fteldby the contractor and approved by the City representative. Removal of curing compound from Portland Cement Concrete Pavement (PCCP) and the application of any primer sealer, which may be applied to both old'and new PCCP, prior to the application of thermoplastic marling, shall be measured by the linear foot for lines (or stripes) or unit each for symbols and legends; respectively, depending on the nature of the work to he done, in accordance with the items of work established in the Fee Schedule. The removal of lines for the arterials, collectors and residential streets will include all materials and widths. Extruded 90 mil thermoplastic rum lane guidelines that go through signalized and non -signalized intersections shall be paid for by each four -inch wide by two -foot long stripe or line installed. The application of'primer or contact cement for the installation of. preformed tape in shall be considered incidental to the applicable items: The type used (primer or contact cement) and the number of coats applied shall be in accordance with the preformed marking manufacturer's recommendations. The marking layout item and/or barrier marker installation shall be paid per the hour. Under this item the contractor shall provide a crew of two to three persons or more to layout the required locations and/or No: IFn 184140 1 —.go00yeX=.g0v I Page 28 of 71 install City furnished barrier markets for pavement marling on a project as required per the work order and as directed by the City. The number of hours to do the workshall be agreod upon prior to starring.. The actual hours spent will be recorded by the City., This item•may also be used to as -built existing pavement markings to help the City. in developing new plans or retaining layouts which will be covered or destroyed by pavement maintenance activities. Off-duty police officers will be paid for as detailed on the Fee Schedule. 4.1 .2 Application Requirements The work under all pavement marking installation items shall consist of cleaning and preparing pavement surfaces and furnishing and applying reflectorized markings to the prepared pavement in accordance with the manufacturers' specifications; and the requirements of these spatificadons. A wide variety of 'work is required under this contract. The materials, method and equipment used shall conform to the necessary requirements to ensure proper and successful application. All work performed on this contract shall he subject to inspection by the City. The contractor shall give the City full access and cooperation in the discharge of these duties. The inspection of work is an integral part of any work item being eligible for payment. The requirements stated under this subsection, as applicable, are intended to apply to the installation of all pavement marking materials. Specific requirements that apply only to that material are contained under that specific subsection. 4.1.3 Pavement Marking Location To prevent marker bond failure the application of pavement markings shall follow these installation location rules: The edge line shall not be placed on the joint between the traveled lane and the shoulder. Markings shall be laid out as defined in project special instructions/plans, Sighing and Marking Standard Drawings and as directed by'the City. When markings are placed over existing pavement markings, unless otherwise directed by the work order or City, the new pavement marking shall overlay the existing -pavement markings. The starting and stopping points on long line applications shall not vary more than two (2) inches length wise and not more than 1/2 inch on the width. Ovelaying of existing legend and symbols shall match'the existing markings within one (1) inch or less. 4.1.3 Materials The City reserves the right to sample and test any materials used on the project. All materials that do not meet specifications will be rejected. The contractor shall provide a full accounting of all marking materials applied Thus, it is important that the contractor carefully monitor material inventories on every project. It shall be the responsibility of the contractor to provide for adequate disposal in approved. landfills of any removed markingmaterial, cleaning fluids, excess material and all empty containers. Venting of Soridtation No:. IF8 184140 w .goodyearaz.gov Page 29 of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road ',,'' P.O. 00 -2 r, Z Goodyear; 85 w _ `338 Goodyear Scope of Work -8 2-783 Phone: 623-882-7834 install City furnished barrier markets for pavement marling on a project as required per the work order and as directed by the City. The number of hours to do the workshall be agreod upon prior to starring.. The actual hours spent will be recorded by the City., This item•may also be used to as -built existing pavement markings to help the City. in developing new plans or retaining layouts which will be covered or destroyed by pavement maintenance activities. Off-duty police officers will be paid for as detailed on the Fee Schedule. 4.1 .2 Application Requirements The work under all pavement marking installation items shall consist of cleaning and preparing pavement surfaces and furnishing and applying reflectorized markings to the prepared pavement in accordance with the manufacturers' specifications; and the requirements of these spatificadons. A wide variety of 'work is required under this contract. The materials, method and equipment used shall conform to the necessary requirements to ensure proper and successful application. All work performed on this contract shall he subject to inspection by the City. The contractor shall give the City full access and cooperation in the discharge of these duties. The inspection of work is an integral part of any work item being eligible for payment. The requirements stated under this subsection, as applicable, are intended to apply to the installation of all pavement marking materials. Specific requirements that apply only to that material are contained under that specific subsection. 4.1.3 Pavement Marking Location To prevent marker bond failure the application of pavement markings shall follow these installation location rules: The edge line shall not be placed on the joint between the traveled lane and the shoulder. Markings shall be laid out as defined in project special instructions/plans, Sighing and Marking Standard Drawings and as directed by'the City. When markings are placed over existing pavement markings, unless otherwise directed by the work order or City, the new pavement marking shall overlay the existing -pavement markings. The starting and stopping points on long line applications shall not vary more than two (2) inches length wise and not more than 1/2 inch on the width. Ovelaying of existing legend and symbols shall match'the existing markings within one (1) inch or less. 4.1.3 Materials The City reserves the right to sample and test any materials used on the project. All materials that do not meet specifications will be rejected. The contractor shall provide a full accounting of all marking materials applied Thus, it is important that the contractor carefully monitor material inventories on every project. It shall be the responsibility of the contractor to provide for adequate disposal in approved. landfills of any removed markingmaterial, cleaning fluids, excess material and all empty containers. Venting of Soridtation No:. IF8 184140 w .goodyearaz.gov Page 29 of 71 ,,' CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road P.O: Box 5100 Goodyear, -8 85338 Goodyear Scope of Work 2-783 Phone: 623-882-7834 pavement marking materials on state property is allowed if approved by the City.. The contractor shall clean up all vented material. 4.1.4 Pavement Surface The contractor shall remove all dirt, dust, grease, oil or other detrimental material from the road surface prior to application of any pavement markiJig material. This includes using a hand posh broom to remove surface dust and din for all Hand application work. This also includes poorly adhered existing pavement and pavement markings not defined as marker obliteration on the Contract Work Order. The surface of all existing markings to be overlaid shall be cleaned. The method of cleaning the surface is subject to approval by the City and shall include PM 10 approved machine sweeping (wet or dry), hand sweeping and the use of high-pressure air spray. All loose material including grindings and obliterated marling material shall be collected and removed from the pavement surface and properly disposed of. The method of surface preparation shall be perthe recommendations of the pavement marking material manufacturer. The cost for cleaning.and preparing the surface, including abrasive sweeping and high-pressure air spray, shall be considered pan of the cost for applying pavement marking material. No separate measurement or payment will be made for this work - lite road surface shall be absolutely dry with no surface dampness, dew or subsurface wetness. The day material is to be applied there shall be no forecast of rain for die day. If it begins to rain all marking operations shall be stopped. Pavement subsurface moisture can be present in amounts sufficient to affect proper bonding, even if the. pavement surface appears dry. If the presence of subsurface moisture is suspected the following test procedure shall be performed prior to the start of pavement marking operations. A two foot by two foot section (or sheet) of clear plastic shall be.taped to the roadway. The sheet shall remain on the roadway for at least a half hour: If at any time during this half hour significant moisture accumulates on the inside (or pavement side) of the plastic then pavement marking operations shall be delayed or postponed until such time the pavement has dried.. 4.1.5 Air and Pavement Temperature Eacti material has its specific application temperature requirements The material manufacturer's recommendation, regarding these temperatures shall be followed at 811 times. If at any time during marking operations the temperature falls below these requirements all marking operations shall stop. Air and pavement surface temperatures shall be measured one half hour prior to, and one to two hours after striping installation activities begin and continue through the end of the day'(if temperature specification is near critical). if needed, the City may require temperature readings be taken at shorter time intervals. The measured temperatures shall be recorded in a log book by the 'contractor. The pavement surface temperature shall be measured with an approved, standard surface temperature thermometer or a non -contact infrared thermometer. 4.1.6 Calibration Each day prior to the start of any pavement marking operations that involve paint or thermoplastic (for spray applications), the contractor shall calibrate the wet film thickness and glass bead application to those specified rates. .Any work performed -without the benefit of calibration may be rejected. If at any time conditions change or it appears the requited application rates are not being achieved then the calibration process shall be repeated if directed to do so by the City. Solicitation No: IFB 184140 1 w .goodyea—.Q v _ I Page 30 of 71, 4. U.6 Glass Beads Drop. -on glass beads.shall be immediately mechanically deposited after the paint, thermoplastic, or profile thermoplastic markings are applied. If the glass beads are not adhering to these markings as intended, all operations shall be stopped until the problem can be corrected. All markings that are determined by the City not to have sufficient drop -on glass beads, as herein.specifted, shall be either removed and replaced or overlaid with new markings at no additional cost to the City. Drop -on glass beads anchor and retro -reflect best at 55% to 60% embedment of their diameter. All glass bead application equipment shall be calibrated prior to the start of striping operations so the application rate of the glass beads coincides with the required thickness of the pavement marking material and, if sprayed, the application speed. The bead flow calibration method shall he per the requirements specified herein. 4.1.7 Thickness Random spot checks of the markings thickness may also be made by the City to ensure conformance with the requirements of these specifications. The contractor shall inspect the wet thickness immediately after the marking is applied by inserting a thin, graduated machinist rule or similar instrument into the wet material to the depth of the underlying surface. The thickness is then determined visually by noting the depth of penetration. The City's irispector may use this method or an alternative spot check procedure which is to place a small flat sheer of black painted metal- or tape with a known thickness immediately, ahead of the striping apparants. After striping, the sample shall be measured with a suitable measuring device, e.g. caliper; micrometer, to determine the thickness of the marking. If the thickness of the applied markings is not conforming to the requirements of the specifications within acceptable parameters all marking operations shall stop. Waterboriuc paint markings shall not be applied any thicker than 16 to 17 mils. Corrective action shall immediately be taken (e.g. adjusting application speed and/or pressure or gun flow settings) to ensure that the proper thickness: is being applied. Corrective measures may include the reapplication of additional thickness to already applied markings• that are known to be thin. If three or more stops are made to correct thickness problems, the City may order the contractor to recalibrate per the procedures stated herein. 4.1.8 No Track and Irvine Time Each pavement marking material has its own specific no track and drying time that vary greatly with ambient weather conditions. The contractor shall coordinate with the material manufacturer on the times that apply to their materials. The no track and drying timec.shall be accounted for in all traffic control plans. TtafTrc shall not be allowed on any paint or thermoplasticmarking until it has reached no track No track is the lapsed time that is required for the markings, as applied in the field with glass beads, not to splash or track any applied marling material when nm over with a vehicle tire. The Contractor shall be responsible for all claims, made for markings splashed on vehicles arising from the contractors operations. Coning of applied markings shall be performed as necessary. The drying time shall be defined as the minimum elapsed time, after application, Mien the pavement markings shall have and shall retain the characteristics required herein and after which normal traffic will leave no impression or,imprint on the newly applied markings. The City may conduct a field test in accordance with ASTM D-711 to verify actual drying. Solicitation No: 1FB 18-A 140 1 wvvw.goodyeam-gov I 'Page 31 o171 •CITY OF GOODYEAR 190 N. Li Procurement 190 N. Litchfield Road Ah,,'' P.O. Box 5100 Goodyear, AZ 85338 WDoOrear Scope of Work Phone: 623-882-7834 4. U.6 Glass Beads Drop. -on glass beads.shall be immediately mechanically deposited after the paint, thermoplastic, or profile thermoplastic markings are applied. If the glass beads are not adhering to these markings as intended, all operations shall be stopped until the problem can be corrected. All markings that are determined by the City not to have sufficient drop -on glass beads, as herein.specifted, shall be either removed and replaced or overlaid with new markings at no additional cost to the City. Drop -on glass beads anchor and retro -reflect best at 55% to 60% embedment of their diameter. All glass bead application equipment shall be calibrated prior to the start of striping operations so the application rate of the glass beads coincides with the required thickness of the pavement marking material and, if sprayed, the application speed. The bead flow calibration method shall he per the requirements specified herein. 4.1.7 Thickness Random spot checks of the markings thickness may also be made by the City to ensure conformance with the requirements of these specifications. The contractor shall inspect the wet thickness immediately after the marking is applied by inserting a thin, graduated machinist rule or similar instrument into the wet material to the depth of the underlying surface. The thickness is then determined visually by noting the depth of penetration. The City's irispector may use this method or an alternative spot check procedure which is to place a small flat sheer of black painted metal- or tape with a known thickness immediately, ahead of the striping apparants. After striping, the sample shall be measured with a suitable measuring device, e.g. caliper; micrometer, to determine the thickness of the marking. If the thickness of the applied markings is not conforming to the requirements of the specifications within acceptable parameters all marking operations shall stop. Waterboriuc paint markings shall not be applied any thicker than 16 to 17 mils. Corrective action shall immediately be taken (e.g. adjusting application speed and/or pressure or gun flow settings) to ensure that the proper thickness: is being applied. Corrective measures may include the reapplication of additional thickness to already applied markings• that are known to be thin. If three or more stops are made to correct thickness problems, the City may order the contractor to recalibrate per the procedures stated herein. 4.1.8 No Track and Irvine Time Each pavement marking material has its own specific no track and drying time that vary greatly with ambient weather conditions. The contractor shall coordinate with the material manufacturer on the times that apply to their materials. The no track and drying timec.shall be accounted for in all traffic control plans. TtafTrc shall not be allowed on any paint or thermoplasticmarking until it has reached no track No track is the lapsed time that is required for the markings, as applied in the field with glass beads, not to splash or track any applied marling material when nm over with a vehicle tire. The Contractor shall be responsible for all claims, made for markings splashed on vehicles arising from the contractors operations. Coning of applied markings shall be performed as necessary. The drying time shall be defined as the minimum elapsed time, after application, Mien the pavement markings shall have and shall retain the characteristics required herein and after which normal traffic will leave no impression or,imprint on the newly applied markings. The City may conduct a field test in accordance with ASTM D-711 to verify actual drying. Solicitation No: 1FB 18-A 140 1 wvvw.goodyeam-gov I 'Page 31 o171 ,' CITY OF -GOODYEAR Office of Procurement 190 N. Litchfield Road 4 to 5 inches 6 inches P.O. Box 5100 ZScope Goodyear, AZ 85338 Over 8 inches 68 r yea4 of Work Phone: 623-882-7834 4.1.9.Apnearance and Width of Placed Marlines The finished pavement marking line shall have well defined edges and be free from waviness. Lateral deviation of the line shall not exceed one inch in 100 feet. The longitudinal deviation of a line segment and gap shall not vary more than six inches in a 40 foot cycle. According to the width of line called for on the plans the actual width of line shall be within the limits specified in the following table: Plan Width Actual Width 4 inches 4 to 5 inches 6 inches 6 to 7 inches 8 inches 8 to 9 inches Over 8 inches Plus I to 2 inches After application and sufficient drying time, the marling shall show no appreciable deformation or discoloration under local traffic conditions in an air and/or road temperature ranging from -10 degrees to + 180 degrees F. 4.1.10 Retro -reflectance The white and yellow pavement markings shall have the following minimum retro -reflectance values as measured by a 30 meter Mirolux 30 or equivalent portable reirr>-reflectometer initially, and/or forty-five, (45) days after application to the roadway surface: Product Ritro-reflectance (Millicandelas) White 175 Yellow 125 The sample rate to determine if the applied markings meet this requirement will be based on a minimum of four randomly, selected points taken approximately at quarter points throughout the entire length of the project. Readings taken at each point shall be for each type of marking that is represented at that location. Such as edge lines, lane lines, legends; symbols, stop bars and cross calks. Three readings. will be taken and then averaged with the compliance determination based on the -average of those three readings. Additional sample points may be taken by.the City. The City considers the LTL -2000 and MX -30 to be equivalent portable retro-refiectometers for detemuning the requirements stated herein. If approved by the City, the Contractor may elect to increase bead application rates to ensure conformance within these requirements. 4.2 Other Requirements All work items shall conform to the applicable requirements specified in the following documents: • Manual on Uniform Traffic Control Devices (MUTCD), Latest Edition, as adopted by the City. • City of Goodyear Engineering Standards and Policies Manual (Viewed online at www.goodyearazeov) • Arizona Department of Transportation, Standard Specifications for Road and Bridge Construction, Latest Edition including errata, and addenda and all related Stored Specifications: Solicitation No:. IFB 18-4140 1 w .p000yearm.Hw. I -Pape 32 of 71 • Arizona Department of Traimpottation, Materials Testing Manual (THE CITY M -XII -TWO -D), Materials Section, Current Edition (Materials Testing Manual). • Arizona Department of Transportation, Approved Products List • American Society for Testing Materials (ASTM); Standard Specifications. • American' Association of State Highway and Transportation Officials (AASHTO), Standard Specifications for Transportation Materials and Methods of Sampling and Testing. • Maricopa County Department of Transportation Pavement Marking Manual 4:2.1 Brand Name or Eaual Specification The brand name products that are known to be in conformance with these specifications are included in the Arizona Department of Transportation Approved Products List. Alternative brands will be considered if proven to be of equal or better quality than those listed 4;2.2 Technical Discrepancies If, at any time, the Offeror is aware of any discrepancies between this specification and any other standard or criteria, referenced they shall notify the City in writing. This notification.shall provide detailed information regarding the potential problem and present possible solutions, if applicable: 4.2.3 Satisfactory Performance Life All materials shall be applied per. the manufacturer's recommendations and per the applicable requirements of the specifications. Satisfactory performance life shall be considered to be achieved if the actual fife of the applied -markings do not deteriorate'due to natural causes and normal road wear within the specified expected pavement marking life times. The minimum expected pavement marking lifetimes are detailed in Section 14 of the Scope of Work. The contractor shall correct any unsatisfactory performance conditions within that time frame without cost to the City. Consistent unsatisfactory performance may be grounds for parcel or total cancellation of a contract. Unsatisfactory performance conditions include, but are not limited to, the display of the following. Any shrinkage that is more than 1/4 inch. Any delamination of any layer. Significant discoloration to the point that the marking fails to conform to specified color. Significant cracking, crazing, blistering, flaking or chipping that causes the markings to look unsightly and worn out. The markings were not placed properly per the requirements of the specifications. Loss ofadhesion due to underlying dirt that should have been cleaned off before the markings were placed. Subjective and/or objective measures as based on this specification and other nationally accepted standards and practices will be used by the City to judge unsatisfactory performance. The contractor shall warranty all applied materials specified expected pavement marking life times. Nw iFB 1 tt4140 1 w .goodyearaz.gov I Page 33 or 71 CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road P.O. Box 5100 Goodyear. AZ 338 Godyear o Scope of Work 2783 Phone: 623-882-7834 • Arizona Department of Traimpottation, Materials Testing Manual (THE CITY M -XII -TWO -D), Materials Section, Current Edition (Materials Testing Manual). • Arizona Department of Transportation, Approved Products List • American Society for Testing Materials (ASTM); Standard Specifications. • American' Association of State Highway and Transportation Officials (AASHTO), Standard Specifications for Transportation Materials and Methods of Sampling and Testing. • Maricopa County Department of Transportation Pavement Marking Manual 4:2.1 Brand Name or Eaual Specification The brand name products that are known to be in conformance with these specifications are included in the Arizona Department of Transportation Approved Products List. Alternative brands will be considered if proven to be of equal or better quality than those listed 4;2.2 Technical Discrepancies If, at any time, the Offeror is aware of any discrepancies between this specification and any other standard or criteria, referenced they shall notify the City in writing. This notification.shall provide detailed information regarding the potential problem and present possible solutions, if applicable: 4.2.3 Satisfactory Performance Life All materials shall be applied per. the manufacturer's recommendations and per the applicable requirements of the specifications. Satisfactory performance life shall be considered to be achieved if the actual fife of the applied -markings do not deteriorate'due to natural causes and normal road wear within the specified expected pavement marking life times. The minimum expected pavement marking lifetimes are detailed in Section 14 of the Scope of Work. The contractor shall correct any unsatisfactory performance conditions within that time frame without cost to the City. Consistent unsatisfactory performance may be grounds for parcel or total cancellation of a contract. Unsatisfactory performance conditions include, but are not limited to, the display of the following. Any shrinkage that is more than 1/4 inch. Any delamination of any layer. Significant discoloration to the point that the marking fails to conform to specified color. Significant cracking, crazing, blistering, flaking or chipping that causes the markings to look unsightly and worn out. The markings were not placed properly per the requirements of the specifications. Loss ofadhesion due to underlying dirt that should have been cleaned off before the markings were placed. Subjective and/or objective measures as based on this specification and other nationally accepted standards and practices will be used by the City to judge unsatisfactory performance. The contractor shall warranty all applied materials specified expected pavement marking life times. Nw iFB 1 tt4140 1 w .goodyearaz.gov I Page 33 or 71 4.3 WATERBORNE PALNT.MARKINGS (WPM) 4.3.1 Description The work under this subsection shall consist of cleaning and preparing pavement surfaces and furnishing (if not supplied by the City) and applying reflectorized waterbome paint pavement markings using a hand can (or short line) spray device and long line spray truck. The paint shall be applied to the locations, shapes, widths and thickness as required by. work order and details shown on any attached plans (if applicable) and in accordance with the manufacturers' specifications, these specifications and as directed by the City. 4:3.2 General The watertwme pavement marking paint material shall be a ready -mined, one componentlead-free paint that is specifically compoundedfor pavement marking. Two types of paints shall be supplied, one specifically designed for roadway surface applications and the other for curb painting. The characteristics of the material shall be such thaf complete and even coverage of a line.at a specified thickness, 15 wet mils for roadway striping and 10 wet mils for curb painting, width and configuration can be achieved at application speeds faster than 5 miles per hour. With glass beads applied, this material, upon drying shall produce an adherent reflectorized marking capable of resisting deformation and wear presented by a roadway environment. 43.3 Composition The composition of the paint shall be detern-dned by the manufacturer and shall be per their written requirements and specifications on file with the City as a Class I paint. It will be the,manufactuters responsibility to produce a pigment waterborne paint containing all the necessary solvents, dispersants,. wetting agents, preservatives and all other additives, so that the paint shall retain its viscosity. stability and all of the properties as specified herein. The manufacturer shall certify that the product does not contain mere ui.y, lead, hexavalent chromium, toluene, chlorinated solvents, hydrolyzable chlorine derivatives, ethylene -based glycol ethers and then acetates, nor any canvwgnr, as defined in 29 CFR 1910\1200. The Icad content shall not exceed 0.06 percent by weight of the dry film and the test for chromium content shall be negative. 4.3.4 Quantitative Requirements of Mixed Class I Paint' Component CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road Pigment, percent by weight, ASTM D3727, allowable variation_ from qualif�ing sample. The minimum shall be 56%. +/-2.0% P.O. Box 5100 Non-volatile content, percent by weight vehicle, ASTM D2369, allowable variation from qualifying sample. The minimum shall be 72%. Goodyear. AZ 85338 +/-2.0% Goodyear Scope of Work Phone::623-882-7834 4.3 WATERBORNE PALNT.MARKINGS (WPM) 4.3.1 Description The work under this subsection shall consist of cleaning and preparing pavement surfaces and furnishing (if not supplied by the City) and applying reflectorized waterbome paint pavement markings using a hand can (or short line) spray device and long line spray truck. The paint shall be applied to the locations, shapes, widths and thickness as required by. work order and details shown on any attached plans (if applicable) and in accordance with the manufacturers' specifications, these specifications and as directed by the City. 4:3.2 General The watertwme pavement marking paint material shall be a ready -mined, one componentlead-free paint that is specifically compoundedfor pavement marking. Two types of paints shall be supplied, one specifically designed for roadway surface applications and the other for curb painting. The characteristics of the material shall be such thaf complete and even coverage of a line.at a specified thickness, 15 wet mils for roadway striping and 10 wet mils for curb painting, width and configuration can be achieved at application speeds faster than 5 miles per hour. With glass beads applied, this material, upon drying shall produce an adherent reflectorized marking capable of resisting deformation and wear presented by a roadway environment. 43.3 Composition The composition of the paint shall be detern-dned by the manufacturer and shall be per their written requirements and specifications on file with the City as a Class I paint. It will be the,manufactuters responsibility to produce a pigment waterborne paint containing all the necessary solvents, dispersants,. wetting agents, preservatives and all other additives, so that the paint shall retain its viscosity. stability and all of the properties as specified herein. The manufacturer shall certify that the product does not contain mere ui.y, lead, hexavalent chromium, toluene, chlorinated solvents, hydrolyzable chlorine derivatives, ethylene -based glycol ethers and then acetates, nor any canvwgnr, as defined in 29 CFR 1910\1200. The Icad content shall not exceed 0.06 percent by weight of the dry film and the test for chromium content shall be negative. 4.3.4 Quantitative Requirements of Mixed Class I Paint' Component White Yellow. Pigment, percent by weight, ASTM D3727, allowable variation_ from qualif�ing sample. The minimum shall be 56%. +/-2.0% +/-2.(M Non-volatile content, percent by weight vehicle, ASTM D2369, allowable variation from qualifying sample. The minimum shall be 72%. +/-2.0% +/-2.0% Viscosity, Kreb units at 77 t 1 OF, ASTM D562. M95 '80-95 Weight per,gallon, pounds at 77 ± I OF, ASTM D1475. The minimum shall be 13 pounds per on. The allowable variation in unds. +/-.2 +/-.2 Vehicle composition, vehicle Infiared Spectra, ASTM D2621, allowable variation from qualifying sample. None None pH, ASTM E70, allowable variation from qualifying sample. (minimum of 10.0 +/=1.0 +/-1.0 Fineness of dispersion, HEGMAN, minimum, ASTM D1210. 3.0 -3.0 .Solidtation No: IFB 18-4140 1 www.goodyearaz.gov I Page 34 or 71 Maximum allowable Volatile organic compounds, grans per liter, per ASTM D3960 according to 7.1.2. CITY OF GOODYEAR Office of Procurement 190 N. l.itchfield'Road Flash point, degrees F, minimum, ASTM D93, method A. 100 P.O. Box 5100 Dry time to no ick up with no beads, minutes, maximum, ASTM D711. Goodyear, AZ 85338 9 Goodyear Scope of Work Phone: 623-882-7834 Maximum allowable Volatile organic compounds, grans per liter, per ASTM D3960 according to 7.1.2. 150 150 Flash point, degrees F, minimum, ASTM D93, method A. 100 100 Dry time to no ick up with no beads, minutes, maximum, ASTM D711. 9 9 Dry through time, minutes. ASTM D1640 except no thumb pressure is used when thumb is rotated 90 degmesonpaint flim. 20 20 Flexibility, TT -P -1 952D Pass Pass If requested, the contractor via the manufacturer shall furnish factory samples of paints. Additionally, the contractor may also be requested to furnish samples taken from existing stocks at die contractor s. yard or at a project site. The City will test these simples. 'These samples will.be used for comparison purposes for those paints actually used on the project and those famished from the factoiy. 4.3.5 Dry O?oacity The Dry opacity for the paint will be determined using a black -white Leneta Chart, Form 2C Opacity and a Photovolt 577 Reflectance meter or equal. Using a gap doctor blade a 5 mil film of paint shall be drawn that will cover both black and white portions of the chart. The fiim shall be allowed to dry 24 hours. Afler calibrating the reflectance meter according to the manufacturer's instructions, the reflectance will be measured over the white and black portions with the green Tristimulus filter. The dry opacity is calculated as follows: • Reflectance over black/reflectance over white = dry opacity. • Dry opacity for both white and yellow paint shall be a minimum of 0.93 4.3.6 Yellowness Index The yellowness index for the white paint will be determined as described for dry opacity, only a 15 mil gap doctor blade will be used to draw down the paint. After drying 24.hours, the paint film's reflectance will be measured using the green and amber Tristimulus filters. The yellow index is then calculated as follows: • Yellowness index = (amber- blue)/great x 100 • Yellowness index for the white paints shall be a maximum of 10. 4.3.7 Static Heat Stabilitv The static heat stability for the paint will be determined as follows: A one pint sample of the paint in a sealed can is to be place in a heated air circulation oven it 120 degrees F +/- I degrees F for a period of one week. The sample is then to be removed from the oven and the viscosity checked in Kreb units at 77 degrees F +/- I degree F according to ASTM D562. The measured viscosity -shall be in the range from 68 to 90. The tested sample shall not show any signs of instability (e.g jelling). 4.3.8 Scrub Resistance The scrub resistance will be determined according to ASTM D2486 An appropriate doctor blade is to be used to obtain a dry film thickness of 3 to 4 mils. The sample shall be cured for,24 hours. The scrub test shall be performed at 77 degrees F +/- l degrees F at 50% +/- 5% humidity. The sample shall withstand a minimum of 800 cycles. Soadtatbn No: tFB 18-4140 1 w .goodyeanu.gov ] Page 35 of 71. 43.9 Reflectance The reflectance for both the white and yellow paint (per a lab test without beads) will be determined using a 15 mil draw down film sample. The same white sample used to determine the yellowness index As herein specified may also be used for this test. The reflectance of the paint films will then bemeasured using the green Tritimulus filter. The reflectance for the white paint shall be.a minimum of 85. The reflectance for the yellow paint can range from 45 to 58. 4.3. 10 Freeze -Thaw Properties The paint viscosity or consistency shall not. change significantly when the paint is tested for resistance to three cycles of fieeze-thaw according m ASTM D2243. 43:11 Spray Properties The paint shall be applied at a 15 tail wet film thickness in the field. The paint shall show the following properties: • Dry to a no track time with 90 seconds or less when the line is crossed by a standard size automobile. (77° F, less than 500/o humidity, clear/panly cloudy and normal air flow) • The applied paint shall accept the glass beads with the specified coating so that the beads shall embed into the paint depth to the recommendations of the bead manufacturer. 4.3.12 Toxici At no time shall these waterhome paint marking materials exude fomes which are toxic or injurious to persons or property. =43.13 Physical Properties The paint pigment shall be well ground and evenly and uniformly dispersed in the paint solution. The pigment shall not cake or thicken in the container, and shall not become granular or curdled. Any settlement of pigment in the paint shall result in a thoroughly wetted soft mass that can be easily and successfully re -mixed into proper solution with a standard mixing paddle. Upon mixing the paint shall_ again a smooth uniform product of the proper consistency. if the paint cannot be mixed back to a uniform, totally sprayable liquid state, then it shall be considered unfit for use and shall not be used. The contractor shall secure replacement material that shall conform to the requirements as specified herein. 4.3.14 Color The paint marking material shall meet the following color requirements: • The yellow color shall closely match Federal Test Standard Number 595b, color chip no. 33538. The color, will be checked visually, and will be checked against. Tristimulus Values for the color ,according to Federal Test Method Standard No. 141. • The white color shall closely match Federal Test Standard Number 595, color chip no. 17925. 4.3.1.5- Required Thickness and Glass Beads. The glass bead and application rate will vary based on the type.specified. The paint application wet thickness shall be 15 mils and the dry thickness shall be between S and 9 mils. Solicitation No: IFS 18-4140—.goodyear oov Page 36 of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road -..W. P.O. Box 5100 Goodyear, AZ 85338 m*or Goodyear Scope of Work Phone: 623-882-7834 43.9 Reflectance The reflectance for both the white and yellow paint (per a lab test without beads) will be determined using a 15 mil draw down film sample. The same white sample used to determine the yellowness index As herein specified may also be used for this test. The reflectance of the paint films will then bemeasured using the green Tritimulus filter. The reflectance for the white paint shall be.a minimum of 85. The reflectance for the yellow paint can range from 45 to 58. 4.3. 10 Freeze -Thaw Properties The paint viscosity or consistency shall not. change significantly when the paint is tested for resistance to three cycles of fieeze-thaw according m ASTM D2243. 43:11 Spray Properties The paint shall be applied at a 15 tail wet film thickness in the field. The paint shall show the following properties: • Dry to a no track time with 90 seconds or less when the line is crossed by a standard size automobile. (77° F, less than 500/o humidity, clear/panly cloudy and normal air flow) • The applied paint shall accept the glass beads with the specified coating so that the beads shall embed into the paint depth to the recommendations of the bead manufacturer. 4.3.12 Toxici At no time shall these waterhome paint marking materials exude fomes which are toxic or injurious to persons or property. =43.13 Physical Properties The paint pigment shall be well ground and evenly and uniformly dispersed in the paint solution. The pigment shall not cake or thicken in the container, and shall not become granular or curdled. Any settlement of pigment in the paint shall result in a thoroughly wetted soft mass that can be easily and successfully re -mixed into proper solution with a standard mixing paddle. Upon mixing the paint shall_ again a smooth uniform product of the proper consistency. if the paint cannot be mixed back to a uniform, totally sprayable liquid state, then it shall be considered unfit for use and shall not be used. The contractor shall secure replacement material that shall conform to the requirements as specified herein. 4.3.14 Color The paint marking material shall meet the following color requirements: • The yellow color shall closely match Federal Test Standard Number 595b, color chip no. 33538. The color, will be checked visually, and will be checked against. Tristimulus Values for the color ,according to Federal Test Method Standard No. 141. • The white color shall closely match Federal Test Standard Number 595, color chip no. 17925. 4.3.1.5- Required Thickness and Glass Beads. The glass bead and application rate will vary based on the type.specified. The paint application wet thickness shall be 15 mils and the dry thickness shall be between S and 9 mils. Solicitation No: IFS 18-4140—.goodyear oov Page 36 of 71 The glass beads shall conform to the applicable requirements of Subsection 708-2.02 of the Standard Specifications, the pavement marking material and glass bead manufacturer's recommendations and as specified herein. The glass bead type; coating and application rate per specified bead application designation (as stated on Fee Schedule, item description), type, bead coating and rate are: Application Type of Bead (Gradation) Coating " Application Rate Designadon(Pounds perGallon Std Beads ADOT STD. I MP/AC 8 lbs! 21 of paint *NOTE. The coatings shall be per the bead manufacturer's specifications and recommendations for the type of paints specified. MP - Moisture proof bead coating. AC -Adhesion bead coating. MP/AC indicates the requirement for dual coating, The bead application -for curb paint shall be 10 pounds of ADOT standard glass beads per 100 sq feet of curb painted. 4.3.16 Installation Requirements General Typically all long line paint operations will involve a moving application operation unless otherwise directed by the Streets/Traffic Superintendent. -The moving striping operation traffic control shall be as approved by the Streets/fraffrc S_ uperitttendent. The minimum traffic control usually consists of a shadow vehicle (which follows the striping truck) which has an attenuator and a flashing arrow panel Signs shall be placed to restrict motorist (e.g. regulatory- signs that state "Keep Off -The Stripe") from . driving on the applied material. For two-way roadways it may be necessary to,have a vehicle out in front of the operations with a flashing arrow panel facing opposing traffic. The cost of the shadow vehicle will be included in the cost of the striping. 4.3.17 Equipment The equipment, used to.install this pavement marking material shall be- constructed to provide continuous uniform heating while mixing and agitating the material. The conveying portion of the equipment, between the main material reservoirs and the line dispensing devices, shall be configured to prevent accumulation and clogging. The equipment shall he capable of spraying both yellow and white as to the rates recommended by the manufacturer to achieve the specified thickness. It shall be capable of placing stripes on the left and right sides and placing two lines simultaneously with either solid or intermittent pattern in yellow or white while applying glass beads. All gums must be in full view of the operator at all times. All parts of the equipment which come in contact with the material shall be constructed for easy accessibility for cleaning and maintenance. The equipment shall operate so that all mixing and conveying parts, including the line dispensing devices, will maintain the material at the application temperature recommended'by the pavement marking material manufacturer. The equipment shall.have functioning and calibrated temperature sensing devices to verify these temperature requirements. Solicitation No: IFB 184140 1 w .goodyearaz.gov l Page 37 or 71 CITY OF GOODYEAR Office Li Procurement Road 190 N. Litchfield Road ',,'I P.O. Box 5100 Goodyear, AZ 85338 CIT101 Go ear Scope of Work Phone: 623-882-7834 The glass beads shall conform to the applicable requirements of Subsection 708-2.02 of the Standard Specifications, the pavement marking material and glass bead manufacturer's recommendations and as specified herein. The glass bead type; coating and application rate per specified bead application designation (as stated on Fee Schedule, item description), type, bead coating and rate are: Application Type of Bead (Gradation) Coating " Application Rate Designadon(Pounds perGallon Std Beads ADOT STD. I MP/AC 8 lbs! 21 of paint *NOTE. The coatings shall be per the bead manufacturer's specifications and recommendations for the type of paints specified. MP - Moisture proof bead coating. AC -Adhesion bead coating. MP/AC indicates the requirement for dual coating, The bead application -for curb paint shall be 10 pounds of ADOT standard glass beads per 100 sq feet of curb painted. 4.3.16 Installation Requirements General Typically all long line paint operations will involve a moving application operation unless otherwise directed by the Streets/Traffic Superintendent. -The moving striping operation traffic control shall be as approved by the Streets/fraffrc S_ uperitttendent. The minimum traffic control usually consists of a shadow vehicle (which follows the striping truck) which has an attenuator and a flashing arrow panel Signs shall be placed to restrict motorist (e.g. regulatory- signs that state "Keep Off -The Stripe") from . driving on the applied material. For two-way roadways it may be necessary to,have a vehicle out in front of the operations with a flashing arrow panel facing opposing traffic. The cost of the shadow vehicle will be included in the cost of the striping. 4.3.17 Equipment The equipment, used to.install this pavement marking material shall be- constructed to provide continuous uniform heating while mixing and agitating the material. The conveying portion of the equipment, between the main material reservoirs and the line dispensing devices, shall be configured to prevent accumulation and clogging. The equipment shall he capable of spraying both yellow and white as to the rates recommended by the manufacturer to achieve the specified thickness. It shall be capable of placing stripes on the left and right sides and placing two lines simultaneously with either solid or intermittent pattern in yellow or white while applying glass beads. All gums must be in full view of the operator at all times. All parts of the equipment which come in contact with the material shall be constructed for easy accessibility for cleaning and maintenance. The equipment shall operate so that all mixing and conveying parts, including the line dispensing devices, will maintain the material at the application temperature recommended'by the pavement marking material manufacturer. The equipment shall.have functioning and calibrated temperature sensing devices to verify these temperature requirements. Solicitation No: IFB 184140 1 w .goodyearaz.gov l Page 37 or 71 The operator of the paint truck shall be fully trained and experienced in the application of pavement markings. The equipment shall have pressure gauges that are constantly visible to the operator at all times during the marking operations so that any fluctuations can be detected immediately. The Contractor shall provide proof that the pressure sensing, temperature sensing devices and corresponding gauges have been calibrated and are: fully functional. 4.3.18 Weather Conditions The air and roadway surface temperature at the time of application shall not be less than 55° F•and shall be rising. The wind chill factor shall not be below 55° F. The road surface shall be absolutely dry with no surface dampness, dew or subsurface wetness. 4.3.19 Dry Time When applied at a temperature range recommended by the Manufacturer and applied at the specified thickness, the material shall set to bear traffic 1 'h to 3 minutes when the air and road surface temperature is appruximinely 75° F+/- P F. 4.4 THERMOPLASTIC AIARKINGs rr Description The work under this subsection shall consist of cleaning and preparing pavement surfaces and furnishing and applying either white or yellow thermoplastic reflectorised pavement markings. This shall be accomplished' using hand can extrusion, long line ribbon extrusion or long line spray dispensing devices of the required shape and thickness to the prepared pavement surface at the locations specified on the work order.. This work shall be performed in accordance with the details shown on any attached plans, if applicable, the manufacturers' specifications, the requirements of these specifications and as directed by the City. The marking configuration and thickness shall be as specified on the work order. 4.4.1 Materials Compositional Reouirements The thermoplastic reflectorized material shall consist of a 100% solid mixture of heat stable resins, white or yellow pigment, inter -mixed glass beads, filler, and other materials in granular or block form specifically compounded for reflectorized pavement markings to be applied to the pavement in a molten state. The characteristics of the liquefied material shall be such that complete and even coverage of specified width and thickness as a line, legend or symbol is provided by the required application method and rate. Upon cooling to normal pavement temperature, this material shall produce an adherent reflectorized marking capable of resisting deformation and wear in the roadway. A current listing of approved thermoplastic material manufacturers is listed herein under Special Terms and Conditions. Paragraph 33, Brand Name or Equal. 4.4.2 Composition Makeup The thermoplastic composition shall conform to the following requirements: Percentb W " t Component White Yellow Binder (Hydrocarbon or Alkyd ') 18-28 18-28 White Pigment 10-15 — Solicitation No: IFB 18-0140 I. v .g000yearaz.gov I Page 38 of 71 CITY OF GOODYEAR office of Procurement 190N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 cr or Goodyear Scope of Work Phone: 623-882-7534 The operator of the paint truck shall be fully trained and experienced in the application of pavement markings. The equipment shall have pressure gauges that are constantly visible to the operator at all times during the marking operations so that any fluctuations can be detected immediately. The Contractor shall provide proof that the pressure sensing, temperature sensing devices and corresponding gauges have been calibrated and are: fully functional. 4.3.18 Weather Conditions The air and roadway surface temperature at the time of application shall not be less than 55° F•and shall be rising. The wind chill factor shall not be below 55° F. The road surface shall be absolutely dry with no surface dampness, dew or subsurface wetness. 4.3.19 Dry Time When applied at a temperature range recommended by the Manufacturer and applied at the specified thickness, the material shall set to bear traffic 1 'h to 3 minutes when the air and road surface temperature is appruximinely 75° F+/- P F. 4.4 THERMOPLASTIC AIARKINGs rr Description The work under this subsection shall consist of cleaning and preparing pavement surfaces and furnishing and applying either white or yellow thermoplastic reflectorised pavement markings. This shall be accomplished' using hand can extrusion, long line ribbon extrusion or long line spray dispensing devices of the required shape and thickness to the prepared pavement surface at the locations specified on the work order.. This work shall be performed in accordance with the details shown on any attached plans, if applicable, the manufacturers' specifications, the requirements of these specifications and as directed by the City. The marking configuration and thickness shall be as specified on the work order. 4.4.1 Materials Compositional Reouirements The thermoplastic reflectorized material shall consist of a 100% solid mixture of heat stable resins, white or yellow pigment, inter -mixed glass beads, filler, and other materials in granular or block form specifically compounded for reflectorized pavement markings to be applied to the pavement in a molten state. The characteristics of the liquefied material shall be such that complete and even coverage of specified width and thickness as a line, legend or symbol is provided by the required application method and rate. Upon cooling to normal pavement temperature, this material shall produce an adherent reflectorized marking capable of resisting deformation and wear in the roadway. A current listing of approved thermoplastic material manufacturers is listed herein under Special Terms and Conditions. Paragraph 33, Brand Name or Equal. 4.4.2 Composition Makeup The thermoplastic composition shall conform to the following requirements: Percentb W " t Component White Yellow Binder (Hydrocarbon or Alkyd ') 18-28 18-28 White Pigment 10-15 — Solicitation No: IFB 18-0140 I. v .g000yearaz.gov I Page 38 of 71 Yellow Pigment I — 1 2-8' Office of Procurement 3040 CITY OF GOODYEAR 190 N.1-itchfieldRoad ',,'' Alkyd can be used for short or P.O. Box 5100 Goodyear. AZ 85338 Scope of Work Phone: 623-882-7834 Goodyear Yellow Pigment I — 1 2-8' Reflective Glass Inter -Mix Beads 30-40 3040 Calcium Carbonate or uivalent Filler 2042 24-45 'NOTE: hydrocarbon shall only be used for long line applications. long line applications. Alkyd can be used for short or The ingredients of the thermoplastic composition shall be thoroughly mixed and'in a solid block or flee (lowing granular form. The material shall readily liquefy when heated in a melting apparatus into a uniform, solution. This solution shall befree from all skins,. dirt, foreign objects or any other ingredient which would cause bleeding, blotting, staining or discoloration when applied to the bituminous or concrete pavement surfaces. The thermoplastic shall consist of one of the following binder types depending on the requirements of the pavement marking application: Hydrocarbon -shall consist mainly of synthetic_ petroleum hydrocarbon resins with appropriate filters and pigments. Alkyd - shall consist of a mixture'of synthetic resins, at least one of which is solid at room temperature and high boiling point plasticizers. At least one-third of the binder composition and no less than eight percent by weight of the entire material formulation.shall.be solid maleic - modified glycerol ester resin. The alkyd binder shall not contain any petroleum based hydrocarbon resins. Either alkyd or hydrocarbon thermoplastic formulation may be used for longitudinal lines, including lane lines and edge lines, unless otherwise required by the City. The formulation for these long line applications shall, be either for spray or the ribbon extrusion application method. Additionally, the formulation used shall .be'in accordance with the requirements of the application _equipment used to install the markings. Hydrocarbon binder based thermoplastic shall not be used for transverse lines,. legends or symbols. 4.4.3 Reflective Glass Beads The drop -on reflective glass beads shall conform to the requirements.of Subsection 708-2.02 of the ADOT Standard Specifications except the bead coating shall be as recommended by the bead manufacturer as suitable for thermoplastic. In addition to incorporating glass beads in the thermoplastic mix, glass beads shall be evenly applied (dropped on) to the surface of the molten material immediately after its application at a uniform. minimum rate of 10 pounds of glass beads per 100 square feet of line or marking area (e.g. 300 linear feet of six inch line). 4.4.4 Filler The filler shall be a white calcium carbonate or equivalent filler with a compressive strength of at least 5,000 pound per square inch. 4.45 White Pigment The white pigment shall be Titanium dioxide and shall conform to the requirements of ASTM D-476 for Type 11 (92%): Tie white thermoplastic shall have a minimum of 10% by*weight of Titanium dioxide. No: IFB 18-4140 w .gootlyea=.gov Page 39 of 71' 4.4:6 Yellow Pi=ent The yellow pigment shall be as recommended by the manufacturer. 4.4.7 Physical Characteristics of the Comtmsition 4.4.8 General The thermoplastic matefial shall not give off Fumes which are toxic, injurious or require specialized breathing apparatus when heated to the temperature range specified by the manufacturer for application. The material shall remain stable when held for four hours at this temperature. or when subjected to four rehearings, not exceeding a total of four hours; after cooling to ambient temperature. The temperance viscosity characteristics of the plastic material shall remain constant throughout the rehearings and shall show like characteristics from batch to batch: There shall be no obvious change in color of the thermoplastic material as a result of reheating, and the color of the material shall not vary from batch to batch. 4.4.9 Color The thermoplastic material, after hearing four (4) hours (+/- five (5) minutes) at 425° F (+i- 30) and cooled to 77° F (+/- 3) shall meet the following: • White - daylight reflectance at 45• - 0° shall be 70% minimum. • The color shall match Federal Test Standard Number 595, color chip no. 17925.- Yellow 7925: Yellow - daylight reflectance at 450 °- 0 shall be 43% minimum. • The color shall match Federal Test Standard Number 595, color chip no. 13538. 4.4.10 Softening Point After heating the thermoplastic material for four (4), hours (+/- five (5) minutes) at 425° F (+/- 3) and testing in accordance with ASTM D36, the thermoplastic materials shall have a softening point of 215° F (+/- 15• F). 4.4.11 Water Absomtion and Specific Graviry The thermoplastic material shall not exceed 0.5% by weight of retained water when tested in accordance with the requirements of ASTM D 570. The specific gravity of the material, as determined by Section t l,of AASHTO T 250. shall be between 1.85 and 2.3 maximum. 4.4.12 Imoact Resistance After heating the dhemtoplastic materia] for four (4) hours (I /-'five mihutcs) at 425• F (+/- 3s) and farming test specimens. the impact resistance shall be not less than 10 inch pounds when tested in accordance wiih Section 9 of AASHTO T 250. 4.4.13 Bond Strength After heating the thermoplastic material for four (4) hours (+/- five minutes) at 425° F (+/- 3', the bond strength to Portland cement concrete shall be not less than 180 pounds per square inch. The bond solicitation No: IFB 184140 1 w .goodyearaz.gor I Page 40 of 71 CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road P.O. Box 5100 Goodyear. AZ 85338 Goodi year Scope Of Work Phone: 623-882-7834 4.4:6 Yellow Pi=ent The yellow pigment shall be as recommended by the manufacturer. 4.4.7 Physical Characteristics of the Comtmsition 4.4.8 General The thermoplastic matefial shall not give off Fumes which are toxic, injurious or require specialized breathing apparatus when heated to the temperature range specified by the manufacturer for application. The material shall remain stable when held for four hours at this temperature. or when subjected to four rehearings, not exceeding a total of four hours; after cooling to ambient temperature. The temperance viscosity characteristics of the plastic material shall remain constant throughout the rehearings and shall show like characteristics from batch to batch: There shall be no obvious change in color of the thermoplastic material as a result of reheating, and the color of the material shall not vary from batch to batch. 4.4.9 Color The thermoplastic material, after hearing four (4) hours (+/- five (5) minutes) at 425° F (+i- 30) and cooled to 77° F (+/- 3) shall meet the following: • White - daylight reflectance at 45• - 0° shall be 70% minimum. • The color shall match Federal Test Standard Number 595, color chip no. 17925.- Yellow 7925: Yellow - daylight reflectance at 450 °- 0 shall be 43% minimum. • The color shall match Federal Test Standard Number 595, color chip no. 13538. 4.4.10 Softening Point After heating the thermoplastic material for four (4), hours (+/- five (5) minutes) at 425° F (+/- 3) and testing in accordance with ASTM D36, the thermoplastic materials shall have a softening point of 215° F (+/- 15• F). 4.4.11 Water Absomtion and Specific Graviry The thermoplastic material shall not exceed 0.5% by weight of retained water when tested in accordance with the requirements of ASTM D 570. The specific gravity of the material, as determined by Section t l,of AASHTO T 250. shall be between 1.85 and 2.3 maximum. 4.4.12 Imoact Resistance After heating the dhemtoplastic materia] for four (4) hours (I /-'five mihutcs) at 425• F (+/- 3s) and farming test specimens. the impact resistance shall be not less than 10 inch pounds when tested in accordance wiih Section 9 of AASHTO T 250. 4.4.13 Bond Strength After heating the thermoplastic material for four (4) hours (+/- five minutes) at 425° F (+/- 3', the bond strength to Portland cement concrete shall be not less than 180 pounds per square inch. The bond solicitation No: IFB 184140 1 w .goodyearaz.gor I Page 40 of 71 strength shall be determined in accordance with the procedures specified in Section 7 of AASHTO T 250. 4.4. 14 Abrasion Resistanttt The maximum loss of thermoplastic material during the abrasion resistance test herein specified shall be 0.5 grams. The abrasion resistance of the thermoplastic material shall be determined by forming a representative lot of the material at a thickness of 0.125 inch on a four inch square monel.panel (thickness 0.050 = +/_ 0.001 inch), on whicb a suitable primer has been previously applied, and subjecting it to 200 revolutions on a Taber Abraser at 25° C, using H-22 calibrated wheels weighted to 250 grams. The wearing surface shall be kept wet with distilled water throughout the test. 4.4.15 Cmckine Resistance at Low Temperature After heating the thermoplastic material for four (4) hours (+/- five minutes) at 425'F (+/- 3°), applying to concrete blocks, and cooling to 15° F (+1- 3°) the material shall show no cracks when observed fioni a distance exceeding 12 inches. Testing for low temperature crack resistance shall be.in accordance with the procedures specified in Section 8 of AASHTO T 250. 4.4.16 Flowabiliry After heating the thermoplastic material for four (4) hours (+/- five minutes) at 425° F (+/- 3) and testing for flowability in accordance with Section 6 of AASHTO T 250, the white thermoplastic shall have a maximum percent residue of 18 and the yellow thermoplastic shall have maximum percent residue of 21. •4.4.17 -Yellowness Index The white thermoplastic material shall not exceed a yellowness index 0.12 when tested in accordance with Section 4 of AASHTO T 250. 4.4.18 Flowability(Extended Heatinx) After heating the thermoplastic material for eight (8) horns (+/- 1/2 hour) at 4250 F (+/- 3q with stirring the last six hours, and testing for flowability in accordance with Section 12 of AASHTO T 250, the thermoplastic shall have a'maximum percent residue of 28. 4.4._19 Flash Point The thermoplastic material shall have a flash point not less than 475° F when tested in accordance with the requirements of ASTM D92 "Flash and Fire Points by Cleveland Open Cup." 4.4.20 Storage Life The materials shall meet the requirements of this specification for a period of one ye nr fpm the date of manufacture. The month and year of manufacture shall be clearly marked on all packages of thermoplastic material.. The thernoplastic:must .also melt uniformly with no evidence of skins or unmelted particles for this one year period. Any material which does not meet the above requiivnents. or which is no longer within this one year period at the time of application, shall not be used. The Contractor shall replace the outdated material with new at no additional cost to the City. . So6rltatlon Mo: IFB 18-4140 1 www.gmryearaz gov I Page 41 0171 CITY OF GOODYEAR Office Li Pro 190 N. Litchfieldeld Road a P.O. Box 5100 Goodyear. AZ 85338 Goodyear Scope of Work Phone: 623-882-7834 strength shall be determined in accordance with the procedures specified in Section 7 of AASHTO T 250. 4.4. 14 Abrasion Resistanttt The maximum loss of thermoplastic material during the abrasion resistance test herein specified shall be 0.5 grams. The abrasion resistance of the thermoplastic material shall be determined by forming a representative lot of the material at a thickness of 0.125 inch on a four inch square monel.panel (thickness 0.050 = +/_ 0.001 inch), on whicb a suitable primer has been previously applied, and subjecting it to 200 revolutions on a Taber Abraser at 25° C, using H-22 calibrated wheels weighted to 250 grams. The wearing surface shall be kept wet with distilled water throughout the test. 4.4.15 Cmckine Resistance at Low Temperature After heating the thermoplastic material for four (4) hours (+/- five minutes) at 425'F (+/- 3°), applying to concrete blocks, and cooling to 15° F (+1- 3°) the material shall show no cracks when observed fioni a distance exceeding 12 inches. Testing for low temperature crack resistance shall be.in accordance with the procedures specified in Section 8 of AASHTO T 250. 4.4.16 Flowabiliry After heating the thermoplastic material for four (4) hours (+/- five minutes) at 425° F (+/- 3) and testing for flowability in accordance with Section 6 of AASHTO T 250, the white thermoplastic shall have a maximum percent residue of 18 and the yellow thermoplastic shall have maximum percent residue of 21. •4.4.17 -Yellowness Index The white thermoplastic material shall not exceed a yellowness index 0.12 when tested in accordance with Section 4 of AASHTO T 250. 4.4.18 Flowability(Extended Heatinx) After heating the thermoplastic material for eight (8) horns (+/- 1/2 hour) at 4250 F (+/- 3q with stirring the last six hours, and testing for flowability in accordance with Section 12 of AASHTO T 250, the thermoplastic shall have a'maximum percent residue of 28. 4.4._19 Flash Point The thermoplastic material shall have a flash point not less than 475° F when tested in accordance with the requirements of ASTM D92 "Flash and Fire Points by Cleveland Open Cup." 4.4.20 Storage Life The materials shall meet the requirements of this specification for a period of one ye nr fpm the date of manufacture. The month and year of manufacture shall be clearly marked on all packages of thermoplastic material.. The thernoplastic:must .also melt uniformly with no evidence of skins or unmelted particles for this one year period. Any material which does not meet the above requiivnents. or which is no longer within this one year period at the time of application, shall not be used. The Contractor shall replace the outdated material with new at no additional cost to the City. . So6rltatlon Mo: IFB 18-4140 1 www.gmryearaz gov I Page 41 0171 4.4.21 Primer Sealers The application of primer sealer on Portland cement concrete (PCC), hot mix asphaltic concrete (AC), asphaltic concrete friction course (ACFC) or chip seal coat surfaces prior to application of the thermoplastic material shall be as recommended by the thermoplastic material manufacturer. The primer sealer shall be especially compounded for use with the specified thermoplastic material. The contractor shall ensure that the'primer sealer used has been approved for use by the thermoplastic manufacturer for use with their material: The thermoplastic material supplied normally should not require the.application of -separate primer sealer on newly placed AC surfaces prior to application of the thermoplastic material. The application of primer sealer shall be required on all PCC surfaces after the removal of all curing compounds. lie use of waterbome pavement marling paint as a replacement to the application of pruner sealer is not acceptable. 4.4.22 Inter -Mix Glass Beads The inter -mix beads -shall be coated or uncoated and conform to AASHTO M247-81 (1986) type 1. The use or non-use of coating shall be left to the discretion of the manufacturer. If noncoated beads ate used the thermoplastic formulation shall be configured to nu'nimiir settling of the intermixed beads when the material is heated and applied. 4.4.23 Installation Requirements Thermoplastic Application Equipment The equipment used to meli hot applied thermoplastic material shall be constructed to provide continuous uniform -heating to temperatures exceeding 400° F while mixing and agitating the material. The heating mechanism of the kettle shall be equiplred witb a heat transfer medium consisting of oil or air. The bumer flame must not directly contact the material vessel surface. The mixing and agitating mechanism shall be capable of thoroughly mixing the material at a rate which ensures constant uniform temperature distribution. The kettle shall have two temperature gauges, one to indicate the temperature of the heat transfer medium (oil or air) and the: other for the thermoplastic material. Additionally, the kettle.shall be equipped with an automatic thermostat control device that allows for positive temperature control to prevent overheating or under -heating of the material. The conveying portion, between the kettle(s) and the dispensing device (extruder, ribbon gun or spray gun), and the dispensing device shall be configured to prevent accumulation, clogging and shall be capable of maintaining thematerial at the specified application temperature. The dispensing device shall be capable of applying the required marker shapes and thickness. All melting and application equipment shall have functioning andcah'brated temperature sensing devices to verify that temperature requirements are being met. The contractor shall provide proof that the temperature sensing devices and corresponding thermometers have been calibrated and are frilly functional. The use of pans. aprons or similar appliances which the dispenser overruns will not be permined. Solicitation No: iFB 18-4140 1 w .goodyearaz.gw I 'Page 42 of 71 Procurement CITY OF GOODYEAR 190 N. Li 190 N. Litchfield Road ',1'' P.O: Box 5100 - L Goodyear, 85338 Scope of Work -8 Phone: 623-88? 7834 Goodyear - 4.4.21 Primer Sealers The application of primer sealer on Portland cement concrete (PCC), hot mix asphaltic concrete (AC), asphaltic concrete friction course (ACFC) or chip seal coat surfaces prior to application of the thermoplastic material shall be as recommended by the thermoplastic material manufacturer. The primer sealer shall be especially compounded for use with the specified thermoplastic material. The contractor shall ensure that the'primer sealer used has been approved for use by the thermoplastic manufacturer for use with their material: The thermoplastic material supplied normally should not require the.application of -separate primer sealer on newly placed AC surfaces prior to application of the thermoplastic material. The application of primer sealer shall be required on all PCC surfaces after the removal of all curing compounds. lie use of waterbome pavement marling paint as a replacement to the application of pruner sealer is not acceptable. 4.4.22 Inter -Mix Glass Beads The inter -mix beads -shall be coated or uncoated and conform to AASHTO M247-81 (1986) type 1. The use or non-use of coating shall be left to the discretion of the manufacturer. If noncoated beads ate used the thermoplastic formulation shall be configured to nu'nimiir settling of the intermixed beads when the material is heated and applied. 4.4.23 Installation Requirements Thermoplastic Application Equipment The equipment used to meli hot applied thermoplastic material shall be constructed to provide continuous uniform -heating to temperatures exceeding 400° F while mixing and agitating the material. The heating mechanism of the kettle shall be equiplred witb a heat transfer medium consisting of oil or air. The bumer flame must not directly contact the material vessel surface. The mixing and agitating mechanism shall be capable of thoroughly mixing the material at a rate which ensures constant uniform temperature distribution. The kettle shall have two temperature gauges, one to indicate the temperature of the heat transfer medium (oil or air) and the: other for the thermoplastic material. Additionally, the kettle.shall be equipped with an automatic thermostat control device that allows for positive temperature control to prevent overheating or under -heating of the material. The conveying portion, between the kettle(s) and the dispensing device (extruder, ribbon gun or spray gun), and the dispensing device shall be configured to prevent accumulation, clogging and shall be capable of maintaining thematerial at the specified application temperature. The dispensing device shall be capable of applying the required marker shapes and thickness. All melting and application equipment shall have functioning andcah'brated temperature sensing devices to verify that temperature requirements are being met. The contractor shall provide proof that the temperature sensing devices and corresponding thermometers have been calibrated and are frilly functional. The use of pans. aprons or similar appliances which the dispenser overruns will not be permined. Solicitation No: iFB 18-4140 1 w .goodyearaz.gw I 'Page 42 of 71 The hand applicator equipment shall be either a self-contained melter applicator unit or a reservoir application unit that is filled from a separate inciter unit. Both types of units shall be equipped to maintain and measure the required application temperatures. The heating kettle and application equipment shall meet the requirements of the National Fire Underwriters and the'National Fire Protection Association and other applicable federal, state and local authorities. In addition to the normal "ABC" dry chemical fire extinguishers, all thermoplastic melting units, trailer or trucks, shall be equipped with foam type fire extinguishers that are suitable to be applied to molten thermoplastic that is at the flash point: All work crews shall be provided with heat/flame resistant clothing, gloves, face and eye protection that shall be: used when loading thermoplastic into heated melting kettles and is also available for emergencies. All crews shall be equipped with bum fust aid kits. Application of Thermoplastic Alkyd and hydrocarbon materials will fuse to one another on a pavement surface, however, these two thermoplastic formulations are incompatible in a melting kettle. Failure to c®pletely clean out kettles during material change can cause.severe equipment and marking application problems. The contractor shall completely clean out kettles and application equipment when materials are changed- An hanged An alkyd thermoplastic formulation shall be used for all transverse lines (e.g. stop bars, crosswalks) symbols and legends. Either an alkyd or hydrocarbon thermoplastic formulation can be used for longitudinal lines (e.g. lane lines, edge lines, gore lines) unless otherwise,specified on the Contract Work Order. Extrude or spray formulations shall be used per the application equipment used to install the markings. The ribbon gun application method shall only be used if specifically called for and approved by the Streets/fmfft c Superintendent. When thermoplastic markings are to be applied to new PCC pavement, any curing compound present shall be removed by means of a high pressure water jet or sandblasting; followed up by sweeping and high pressure air spray. The curing compound shall be removed at least one to two inches more than the width of the marking to be installed to ensure proper adhesion and to allow for location deviations. Removal of curing compound shall be paid for separately. The adhesion of thermoplastic to any surface is. sensitive to the presence of any surface or subsurface moisture. If excessive moisture exists, the them oplastic will usually blister up on application If this condition occurs, marlang operations shall be stopped until the pavement dries. The Contractor shall be responsible to test the pavement for surface or subsurface moisture. The thermoplastic pavement marling material shall be hand can extruded, ribbon extruded or sprayed on to the pavement surface at a material temperature range between 400° F to 460° F depending on ambient air and pavement, temperatures, and the pavement surface to which the material is being applied. The controlling thermoplastic material temperature shall be measured at Solicitation Nc: IFB 184140 1 w .goodyeaeaz.gm I Page 43 of 71 CITY OF GOODYEAR Office Li ProcurementeldRoad 190 N.Lir_hfieldRoad ',,'' P.O. Box 5100 Goodyear, AZ 85338 Goodyear Scope of Work Phone. 623-882-7834 The hand applicator equipment shall be either a self-contained melter applicator unit or a reservoir application unit that is filled from a separate inciter unit. Both types of units shall be equipped to maintain and measure the required application temperatures. The heating kettle and application equipment shall meet the requirements of the National Fire Underwriters and the'National Fire Protection Association and other applicable federal, state and local authorities. In addition to the normal "ABC" dry chemical fire extinguishers, all thermoplastic melting units, trailer or trucks, shall be equipped with foam type fire extinguishers that are suitable to be applied to molten thermoplastic that is at the flash point: All work crews shall be provided with heat/flame resistant clothing, gloves, face and eye protection that shall be: used when loading thermoplastic into heated melting kettles and is also available for emergencies. All crews shall be equipped with bum fust aid kits. Application of Thermoplastic Alkyd and hydrocarbon materials will fuse to one another on a pavement surface, however, these two thermoplastic formulations are incompatible in a melting kettle. Failure to c®pletely clean out kettles during material change can cause.severe equipment and marking application problems. The contractor shall completely clean out kettles and application equipment when materials are changed- An hanged An alkyd thermoplastic formulation shall be used for all transverse lines (e.g. stop bars, crosswalks) symbols and legends. Either an alkyd or hydrocarbon thermoplastic formulation can be used for longitudinal lines (e.g. lane lines, edge lines, gore lines) unless otherwise,specified on the Contract Work Order. Extrude or spray formulations shall be used per the application equipment used to install the markings. The ribbon gun application method shall only be used if specifically called for and approved by the Streets/fmfft c Superintendent. When thermoplastic markings are to be applied to new PCC pavement, any curing compound present shall be removed by means of a high pressure water jet or sandblasting; followed up by sweeping and high pressure air spray. The curing compound shall be removed at least one to two inches more than the width of the marking to be installed to ensure proper adhesion and to allow for location deviations. Removal of curing compound shall be paid for separately. The adhesion of thermoplastic to any surface is. sensitive to the presence of any surface or subsurface moisture. If excessive moisture exists, the them oplastic will usually blister up on application If this condition occurs, marlang operations shall be stopped until the pavement dries. The Contractor shall be responsible to test the pavement for surface or subsurface moisture. The thermoplastic pavement marling material shall be hand can extruded, ribbon extruded or sprayed on to the pavement surface at a material temperature range between 400° F to 460° F depending on ambient air and pavement, temperatures, and the pavement surface to which the material is being applied. The controlling thermoplastic material temperature shall be measured at Solicitation Nc: IFB 184140 1 w .goodyeaeaz.gm I Page 43 of 71 the point the material is applied to the pavement surface. The contractor shall verify temperature requirements with a non -contact infrared thermometer.as directed by the City. The contractor shall maintain a log of kettle, line and applicator and point of application temperatures every thirty minutes while material is being applied. Temperamre readings shall be witnessed by the City inspector if possible. The City may require temperature readings ro be taken at shorter time intervals. Specified temperature requirements shall be maintained at all times. The proper application temperature for applying thermoplastic (400° F plus) shall be maintained at all times. Improper application temperatures will result in bond failure. Exact application temperatures, within the allowed limits of 400° F and 46G° F, shall.be per the nianufacturees recommendations. Normally, those recommendations require thermoplastic material to be applied at 440° F +/- if the air and/or pavement surface temperature is at 50° F. If the pavement surface is at 77° F or higher the thermoplastic material may be applied ata lower temperature. Application on PCC pavement surfaces or over well adhered existing pavement markings shall exceed 425° F in order to maximize penetration and bond strength. The resin binders used in alkyd and hydrocarbon thermoplastic materials increasingly degrade at tempera ms of 450° F and above. It is allowable for the temperatures to exceed 460" F for short periods of time, however in no case shall the material be held for more than four hours at the maximum application temperature. Total hearing time far any batch of material shall not exceed six hours. The contractor shall note the time in the application log when the thermoplastic material is first heated. The start of heat time shall also be marked on the side of the kettle to which it applies or in some equivalent fashion. The logged heating time shall -be updated each time the kettle is reloaded. The contractor. shallminimize the thermoplastic material remaining in the kettle at the end of the work day and shall blend a minimum of 800% fiesh material for the next day. It is allowable to inventory thermoplastic. material in approved containers to draw down molten material due to bad weather or other problems. Primer Sealer Aoolication On both old and new PCC,pavement a.primer sealer may have to be used. The primer sealer shall be applied prior to placing the thermoplastic material to assure a saiisfactory bond is achieved. The primer sealer shall be applied per the manufactutees recommended application rates. The primer shall set for the specified cure or evaporation time and shall be free of solvent and water prior to thermoplastic being applied. The primed pavement surface shall be marked.within the specified set time or4ithin the same working day.: If the primed surfaceslare not marked within these time limits, the Contractor at no additional cost to the City shall re -prime the surfaces as required by the manufacturer. If an epoxy primer is used, the thermoplastic application must occur before the epoxy has cured. Improper primer scale. application will cause bond failure between the thermoplastic and the pavement surface: Improper application may also result 'in causing the thermoplastic surface to pinhole or blister. If this condition occurs, all application operations shall stop. All defective markings shall be removed and replaced at no additional cost to the City. Sdidtatbn No,. IFB 1✓id 140 1 www.goodyeam.gov I Page 44 CITY -OF GOODYEAR I qO 9. of Procurement 190 N.litchfield Road A,t'' P.O. Box 5100 Goodyear, AZ 85338 Goodyear Scope of Work Phone: 623-882-7834' the point the material is applied to the pavement surface. The contractor shall verify temperature requirements with a non -contact infrared thermometer.as directed by the City. The contractor shall maintain a log of kettle, line and applicator and point of application temperatures every thirty minutes while material is being applied. Temperamre readings shall be witnessed by the City inspector if possible. The City may require temperature readings ro be taken at shorter time intervals. Specified temperature requirements shall be maintained at all times. The proper application temperature for applying thermoplastic (400° F plus) shall be maintained at all times. Improper application temperatures will result in bond failure. Exact application temperatures, within the allowed limits of 400° F and 46G° F, shall.be per the nianufacturees recommendations. Normally, those recommendations require thermoplastic material to be applied at 440° F +/- if the air and/or pavement surface temperature is at 50° F. If the pavement surface is at 77° F or higher the thermoplastic material may be applied ata lower temperature. Application on PCC pavement surfaces or over well adhered existing pavement markings shall exceed 425° F in order to maximize penetration and bond strength. The resin binders used in alkyd and hydrocarbon thermoplastic materials increasingly degrade at tempera ms of 450° F and above. It is allowable for the temperatures to exceed 460" F for short periods of time, however in no case shall the material be held for more than four hours at the maximum application temperature. Total hearing time far any batch of material shall not exceed six hours. The contractor shall note the time in the application log when the thermoplastic material is first heated. The start of heat time shall also be marked on the side of the kettle to which it applies or in some equivalent fashion. The logged heating time shall -be updated each time the kettle is reloaded. The contractor. shallminimize the thermoplastic material remaining in the kettle at the end of the work day and shall blend a minimum of 800% fiesh material for the next day. It is allowable to inventory thermoplastic. material in approved containers to draw down molten material due to bad weather or other problems. Primer Sealer Aoolication On both old and new PCC,pavement a.primer sealer may have to be used. The primer sealer shall be applied prior to placing the thermoplastic material to assure a saiisfactory bond is achieved. The primer sealer shall be applied per the manufactutees recommended application rates. The primer shall set for the specified cure or evaporation time and shall be free of solvent and water prior to thermoplastic being applied. The primed pavement surface shall be marked.within the specified set time or4ithin the same working day.: If the primed surfaceslare not marked within these time limits, the Contractor at no additional cost to the City shall re -prime the surfaces as required by the manufacturer. If an epoxy primer is used, the thermoplastic application must occur before the epoxy has cured. Improper primer scale. application will cause bond failure between the thermoplastic and the pavement surface: Improper application may also result 'in causing the thermoplastic surface to pinhole or blister. If this condition occurs, all application operations shall stop. All defective markings shall be removed and replaced at no additional cost to the City. Sdidtatbn No,. IFB 1✓id 140 1 www.goodyeam.gov I Page 44 4.4.24 Air and Pavement Ternmatute The air and roadway surface temperature at the time of application of any thermoplastic marking shall not be less than 50° F and shall be rising. The wind chill factor shall not -be below 45' F. 'Ribbon gun applications shall not be used if wind chill factors are below 65° F. 4.4.25 Drying Time When applied at a temperature range of 412.5° F (+1- 12.5") and thickness of 0.060 inches to .185 inches,.the material shall set to bear traffic in not more than two minutes when the air and pavement surface temperature is approximately 90° F (+/- 31 degrees). 4.4.26 Thermoplastic Application Guidelines/Requirements The applications of thermoplastic madanes are to be as follows: Type of Office of Procurement CITY OF GOODYEAR 140 N. Litchfield Road Thermoplastic P.O. Box 5100 Application Goodyear, AZ 85338 Goodyear Scope of Work Phone: 623-882-7834 4.4.24 Air and Pavement Ternmatute The air and roadway surface temperature at the time of application of any thermoplastic marking shall not be less than 50° F and shall be rising. The wind chill factor shall not -be below 45' F. 'Ribbon gun applications shall not be used if wind chill factors are below 65° F. 4.4.25 Drying Time When applied at a temperature range of 412.5° F (+1- 12.5") and thickness of 0.060 inches to .185 inches,.the material shall set to bear traffic in not more than two minutes when the air and pavement surface temperature is approximately 90° F (+/- 31 degrees). 4.4.26 Thermoplastic Application Guidelines/Requirements The applications of thermoplastic madanes are to be as follows: 4.5 PROFILE TRERMOPLASTIC MARKINGS (PFT,M) Description The work under the profile thermoplastic pavement marking installation items shall consist of cleaning, furnishing and applying the markings to the prepared pavement as required herein andan accordance with the manufacturers' specifications. Soactatbn No: IFB 18-4140 w-gowyearaz.gov Page 45 of 71 Type of Bead Application Thermoplastic Application (Glass Beads are per Binder System Type Surface -Types Subsection 708-2.02 of No. and Marking Thickness Std. Spec.) Application I Hydrocarbon or 0.040 ± Spray All surfaces 10 lbs: of glass beads per Alkyd, Long Lines 0.002" 100 square feet of markings Hydrocarbon or 0.080± Ribbon All clean pavement 10 lbs. of glass beads per 2 Alkyd, Long_ Lines 0,002" Extruded surfaces or well 100 square feet of adhered existing markings markings surfaces 3 Hydrocarbon or 0.080 ± Ribbon All surfaces 12 lbs. of glass beads Alkyd, Long Lines 0.002" Extruded (with premium small/large glass bead blend) per 100 square feet of markin95 4 .Alkyd, Short Lines 0.090 ± Hand Can All clean pavement 10 lbs, of glass beads per 0.002" Extruded surfaces or existing 100 square feet of marking surfaces markings. where 85% or more of existing markings have been removed NOTES: (1) "Long lines' - lane lines, edgelines, centerlines,. gore lines, and ramp skip lines (2) "Short lines" - are crossbars, crosswalks, intersection turn lines, cross hatch„or any other transverse line which crosses a traffic lane 4.5 PROFILE TRERMOPLASTIC MARKINGS (PFT,M) Description The work under the profile thermoplastic pavement marking installation items shall consist of cleaning, furnishing and applying the markings to the prepared pavement as required herein andan accordance with the manufacturers' specifications. Soactatbn No: IFB 18-4140 w-gowyearaz.gov Page 45 of 71 4.5.1 Material Requirements All materials shall be properly packaged and stored and shall have accurate package markings that define the manufacturer, batch number and date of manufacture: Additionally, the material type and formulation shall be distinctively shown on each container. Material. Safety Data Sheets (MSDS) and manufactm application requirements shall be attached to pallets or groups of materials as appropriate. All formulations shall be as requiredby the manufacturer for the application equipment to be used by the contractor and per the specified requirements of these specifications. Only those thermoplastic formulations that are specifically designed for use as a profile marking system that can be applied on an asphaltic roadway in the Arzona desert in the summer time are to be used. A current listing of approved profile thermoplastic material manufacturers is listed on the Arizona Department of Transportation Approved Products List The profile pavement markings will typically be placed over existing pavement markings. The starting and stopping points for the new lines over the existing lines shall not vary more than two (2) inches lengthwise and not more than 1/2 inch on the width. Each material has its specific application temperature requirements. The material's manufacturer's recommendation regarding these temperatures shall be followed at all times. The profile thermoplastic markings, after application to the roadway surface, shall be to the specified thickness within the following tolerances; 60 mil base line +1- 8 mils 500 mil bump (includes base line) +/- 80 mils If the thickness and/or shape of the applied markings are not conforming to the requirements of the specifications within acceptable parameters, all marking operations shall stop. Corrective .action shall immediately be taken (e.g: adjusting application speed and/or flow settings) to ensure that the proper thickness and shapes are being achieved. The exact configuration of the thermoplastic bump shall be per the manufacturer's recommendations.However, as a minimum, the bump shall be at least'5-1/2 inches wide (on a six inch wide stripe) and not less ihan one inch long, parallel with the direction of vehicle travel. The nominafheight of the bump shall always be one half inch. The bumps shall be placed at 16 inch (+/- 1) inch intervals as measured between the centers of the bumps, along the six inch wide profile edge or centerlines. Applying thermoplastic at the proper application temperature (350 degrees F.,plus) shall be maintained at all times. Improper application temperatures will result in bond failure. Exact application temperatures, within the allowed limits of 350 degrees F. and 460 degrees F., shall be per the manufacturer's recommendations. Total heating time for any batch of material shall not exceed six hours. The no track and drying times shall be accounted for in all traffic control plans. Traffic shall not be allowed on any profile thermoplastic niarking until it has reached no track and is fully dry (or cooled). No track and dry time is that lapsed time that is required for the markings, as applied in the field with glass beads, not to splash, track or deform when run over.with a vehicle tire. The contractor will be responsible for all claims for markings splashed on vehicles arising from the contractors operations. Cones shall be utilized to protect the applied markings until they sufficiently dry to receive traffic. Solicitation No: A 18-4140 I www.goo0year gov Page 4E of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road P.O, Box 5100 Goodyear, AZ 85338 GOO G26= Scope of Work Phone: 623-882-7834 4.5.1 Material Requirements All materials shall be properly packaged and stored and shall have accurate package markings that define the manufacturer, batch number and date of manufacture: Additionally, the material type and formulation shall be distinctively shown on each container. Material. Safety Data Sheets (MSDS) and manufactm application requirements shall be attached to pallets or groups of materials as appropriate. All formulations shall be as requiredby the manufacturer for the application equipment to be used by the contractor and per the specified requirements of these specifications. Only those thermoplastic formulations that are specifically designed for use as a profile marking system that can be applied on an asphaltic roadway in the Arzona desert in the summer time are to be used. A current listing of approved profile thermoplastic material manufacturers is listed on the Arizona Department of Transportation Approved Products List The profile pavement markings will typically be placed over existing pavement markings. The starting and stopping points for the new lines over the existing lines shall not vary more than two (2) inches lengthwise and not more than 1/2 inch on the width. Each material has its specific application temperature requirements. The material's manufacturer's recommendation regarding these temperatures shall be followed at all times. The profile thermoplastic markings, after application to the roadway surface, shall be to the specified thickness within the following tolerances; 60 mil base line +1- 8 mils 500 mil bump (includes base line) +/- 80 mils If the thickness and/or shape of the applied markings are not conforming to the requirements of the specifications within acceptable parameters, all marking operations shall stop. Corrective .action shall immediately be taken (e.g: adjusting application speed and/or flow settings) to ensure that the proper thickness and shapes are being achieved. The exact configuration of the thermoplastic bump shall be per the manufacturer's recommendations.However, as a minimum, the bump shall be at least'5-1/2 inches wide (on a six inch wide stripe) and not less ihan one inch long, parallel with the direction of vehicle travel. The nominafheight of the bump shall always be one half inch. The bumps shall be placed at 16 inch (+/- 1) inch intervals as measured between the centers of the bumps, along the six inch wide profile edge or centerlines. Applying thermoplastic at the proper application temperature (350 degrees F.,plus) shall be maintained at all times. Improper application temperatures will result in bond failure. Exact application temperatures, within the allowed limits of 350 degrees F. and 460 degrees F., shall be per the manufacturer's recommendations. Total heating time for any batch of material shall not exceed six hours. The no track and drying times shall be accounted for in all traffic control plans. Traffic shall not be allowed on any profile thermoplastic niarking until it has reached no track and is fully dry (or cooled). No track and dry time is that lapsed time that is required for the markings, as applied in the field with glass beads, not to splash, track or deform when run over.with a vehicle tire. The contractor will be responsible for all claims for markings splashed on vehicles arising from the contractors operations. Cones shall be utilized to protect the applied markings until they sufficiently dry to receive traffic. Solicitation No: A 18-4140 I www.goo0year gov Page 4E of 71 The profile of thermoplastic reflectorized pavement marking material shall consist of a 100% solid mixture of heat stable resins, white or yellow pigment, inter -mixed glass beads, filler, and other materials in granular or block form specifically compounded for as a profile type of pavement markings system. The characteristics of the molten liquefied material shall be such that complete and even coverage of specified width and thickness as a line with a raised -rib pattern (profile or bump) at the specified thickness, width and configuration can be consistently achieved within the given tolerances. Upon cooling to normal pavement temperature, this material shall produce an adherent reflectorized'marking of the specified patten that is capable of resisting deformation and wear by a roadway environment. The profile pattern shall be such that it produces easily recognizable vibration and sound in vehicles as they drive over the applied markings at highway speeds. Only those profile thermoplastic productswhich have been specifically designed to operate as a longitudinal rumble strip system and have also been subjected to numerous road, tests and have a proven .history of successful performance shall be offered: 4.5.2 Composition Requirements The profile thermoplastic composition shall generally conform.to the following requirements: CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road ','' White P.O. Box 5100 Binder (hydrocarbon or alkyd) 15 min. Goodyear, AZ 85338 Goodyear Scope of Work Phone: 623-882-7834 The profile of thermoplastic reflectorized pavement marking material shall consist of a 100% solid mixture of heat stable resins, white or yellow pigment, inter -mixed glass beads, filler, and other materials in granular or block form specifically compounded for as a profile type of pavement markings system. The characteristics of the molten liquefied material shall be such that complete and even coverage of specified width and thickness as a line with a raised -rib pattern (profile or bump) at the specified thickness, width and configuration can be consistently achieved within the given tolerances. Upon cooling to normal pavement temperature, this material shall produce an adherent reflectorized'marking of the specified patten that is capable of resisting deformation and wear by a roadway environment. The profile pattern shall be such that it produces easily recognizable vibration and sound in vehicles as they drive over the applied markings at highway speeds. Only those profile thermoplastic productswhich have been specifically designed to operate as a longitudinal rumble strip system and have also been subjected to numerous road, tests and have a proven .history of successful performance shall be offered: 4.5.2 Composition Requirements The profile thermoplastic composition shall generally conform.to the following requirements: The ingredients of the thermoplastic composition shall be thoroughly mixed and in a solid block or free flowing granular form. The material shall readily liquefy when heated in a melting apparatus into a uniform solution. This solution shall be flee from all skins, dirt. foreign objects or anyotheringredient which would cause bleeding, staining, blotting, staining or discoloration when applied to the bituminous or concrete pavement surfaces.. 4.5:3 Filler The filler shall be a white calcium carbonate or r equivalent filler with a compressive strength of at least 5,000 pound per square inch. 4.5.4 White Picment The white pigment shall he Titanium dioxide and shall conform to the requirements of ASTM D476 for Type 11 (92 percent). The formulation shall have a minimum of 8% by weight of 'Titanium dioxide. 4.5.5 Yellow Pigment The yellow pigment shall be as specified by the manufacturer. 4.5.6 Physical Characteristics of the Composition The profile thermoplastic material shall not give off fumes which are toxic, injurious or require specialized breathing apparatus when heated to the temperature range specified 'by. the manufacturer for application. The material shall remain stable when held for four hours at this temperature, or when subjected to four reheatings, not exceeding a total of four hours, after Soaeitation No: IM 13-4140 1 w W.gowyeara.gov I Page 47 of 71 Pereent by Weight White Yellow Binder (hydrocarbon or alkyd) 15 min. 15 min. White Pigment 8 min. — Yellow Pigment 2 min. Reflective glass inter -mix beads 20 titin. 20 rein. The ingredients of the thermoplastic composition shall be thoroughly mixed and in a solid block or free flowing granular form. The material shall readily liquefy when heated in a melting apparatus into a uniform solution. This solution shall be flee from all skins, dirt. foreign objects or anyotheringredient which would cause bleeding, staining, blotting, staining or discoloration when applied to the bituminous or concrete pavement surfaces.. 4.5:3 Filler The filler shall be a white calcium carbonate or r equivalent filler with a compressive strength of at least 5,000 pound per square inch. 4.5.4 White Picment The white pigment shall he Titanium dioxide and shall conform to the requirements of ASTM D476 for Type 11 (92 percent). The formulation shall have a minimum of 8% by weight of 'Titanium dioxide. 4.5.5 Yellow Pigment The yellow pigment shall be as specified by the manufacturer. 4.5.6 Physical Characteristics of the Composition The profile thermoplastic material shall not give off fumes which are toxic, injurious or require specialized breathing apparatus when heated to the temperature range specified 'by. the manufacturer for application. The material shall remain stable when held for four hours at this temperature, or when subjected to four reheatings, not exceeding a total of four hours, after Soaeitation No: IM 13-4140 1 w W.gowyeara.gov I Page 47 of 71 cooling to ambient temperature. The temperature viscosity characteristics of the plastic material shall remain constant throughout the reheatings and shall show like characteristics from batch to batch. There shall be no obvious change in color of the thermoplastic material as a result of reheating, and the color of the material shall not vary from batch to batch. 4.5.7 Color The thermoplastic material, after heating for four hours +/ - five minutes at 425 +/- 3 degrees F. And cooled to 77 +%- 3 degrees F., shall meet the following: -White - daylight reflectance at 45 degrees r 0 degrees shall be 70 percent minimum. -The color shall match Federal Test Standard Number 595, color chip no. 17925. -Yellow - daylight reflectance at 45 degrees - 0 degrees shall be 43 percent minimum. -The color shall match Federal Test Standard Number 595, color chip no. 13538. 4.5.8 Abrasion Resistance The maximum loss of thermoplastic material during the abrasion resistance test herein specified shall be 0.5 grants. The abrasion resistance of the thermoplastic material shall be determined by forming a representative lot of the material at a thickness of 0.125 inch on. a. four inch square monel panel (thickness 0.050 =+/- 0.001 inch), on which a suitable primer has been previously applied, and subjecting it to 200 revolutions on a Taber Abraser at 25 degrees C., using H-22 calibrated wheels weighted to 250 grams. The wearing surface shall be kept wewith distilled water throughout the test. 4.5.9 Flash Point The thermoplastic material shall have a- flash point not less than .475 degrees F.. when tested in accordance with the requirements of ASTM D92 "Flash and Fire Points by Cleveland Open Cup." 4.5.10 Inter -Mix Glass Beads The inter -mix beads shall be coated or uncoated and conform to AASHTO M247-81 (1986) type 1 or other suitable specified glass bead. The use or non-use of coatings shall be left to the discretion of the manufacturer. If non -coated beads are used, the thermoplastic formulation shall be configured to minimize. settling of the intermixed beads -when the material is heated and applied. 4.5.11 Demonstration The contractor shall verify to the City's satisfaction (e.g., test application), at a location off the project site the ability to place the profile thermoplastic material as specified before being allowed to place the markings on any mainline -highway. The.contractorshall be responsible for all preparatory and cleanup work in conjunction with the offsite verification as well as for the applications of the markings on the highway. The demonstration shall be repeated until the City is satisfied that the work can be done as specified. Only one color needs to be demonstrated. 4.5.12 Dron-Ort Reflective Glass Beads In addition to incorporating glass beads in the thermoplastic mix, glass beads shall be evenly applied to the surface of the molten material immediately after its application at a uniform minimum rate of 10 pounds of glass beads per.) 00 square feet -of line or marking area (e.g. 150 linear feet of four inch line). The glass bead shalbconform to the applicable requirements of No: IFS 18-4140 I w .goodyearaz.gw I Page 4e of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Goodyear Scope of Work Phone: 623-882-7834, cooling to ambient temperature. The temperature viscosity characteristics of the plastic material shall remain constant throughout the reheatings and shall show like characteristics from batch to batch. There shall be no obvious change in color of the thermoplastic material as a result of reheating, and the color of the material shall not vary from batch to batch. 4.5.7 Color The thermoplastic material, after heating for four hours +/ - five minutes at 425 +/- 3 degrees F. And cooled to 77 +%- 3 degrees F., shall meet the following: -White - daylight reflectance at 45 degrees r 0 degrees shall be 70 percent minimum. -The color shall match Federal Test Standard Number 595, color chip no. 17925. -Yellow - daylight reflectance at 45 degrees - 0 degrees shall be 43 percent minimum. -The color shall match Federal Test Standard Number 595, color chip no. 13538. 4.5.8 Abrasion Resistance The maximum loss of thermoplastic material during the abrasion resistance test herein specified shall be 0.5 grants. The abrasion resistance of the thermoplastic material shall be determined by forming a representative lot of the material at a thickness of 0.125 inch on. a. four inch square monel panel (thickness 0.050 =+/- 0.001 inch), on which a suitable primer has been previously applied, and subjecting it to 200 revolutions on a Taber Abraser at 25 degrees C., using H-22 calibrated wheels weighted to 250 grams. The wearing surface shall be kept wewith distilled water throughout the test. 4.5.9 Flash Point The thermoplastic material shall have a- flash point not less than .475 degrees F.. when tested in accordance with the requirements of ASTM D92 "Flash and Fire Points by Cleveland Open Cup." 4.5.10 Inter -Mix Glass Beads The inter -mix beads shall be coated or uncoated and conform to AASHTO M247-81 (1986) type 1 or other suitable specified glass bead. The use or non-use of coatings shall be left to the discretion of the manufacturer. If non -coated beads are used, the thermoplastic formulation shall be configured to minimize. settling of the intermixed beads -when the material is heated and applied. 4.5.11 Demonstration The contractor shall verify to the City's satisfaction (e.g., test application), at a location off the project site the ability to place the profile thermoplastic material as specified before being allowed to place the markings on any mainline -highway. The.contractorshall be responsible for all preparatory and cleanup work in conjunction with the offsite verification as well as for the applications of the markings on the highway. The demonstration shall be repeated until the City is satisfied that the work can be done as specified. Only one color needs to be demonstrated. 4.5.12 Dron-Ort Reflective Glass Beads In addition to incorporating glass beads in the thermoplastic mix, glass beads shall be evenly applied to the surface of the molten material immediately after its application at a uniform minimum rate of 10 pounds of glass beads per.) 00 square feet -of line or marking area (e.g. 150 linear feet of four inch line). The glass bead shalbconform to the applicable requirements of No: IFS 18-4140 I w .goodyearaz.gw I Page 4e of 71 ADOT Standard Specification Subsection 708-2.02 unless a different type and gradation is recommended by the profile thermoplastic manufacturer. 4.6 Pavement Marking Removal And Surface Prenaration (Pmr) Or ISM 4.6.1 Description The work under this subsection shall consist of all the.necessary work to remove (or obliterate) existing permanent white and yellow pavement markings (lines, .legends, symbols and raised pavement markers) or prepare these types of surfaces for restriping in accordance with the applicable. requirements, of the Contract Work Order, these specifications and as directed by the City. The work shall also include the cleaning of surrounding pavement surfaces, removal and disposal of removed material and pavement repair as necessary. All areas that are obliterated will be sealed with an asphalt slung sea] per MAG Section 460:2 or approved equal. The markings to be removed shall be as detailed on the project work order. 4.6.2 Work Requirements Painting or slurry sealing over existing pavement markings does not constitute obliteration. This includes the- application of new permanent markings over existing markings designated to be removed. If the work order specifies removal, then all markings are to be removed and the surface cleaned prior to the application of new markings. All obliteration and surface preparation shall be by an abrasive with a waterbome substance, air driven substance, or grinding method. No other method is acceptable. However, all obliteration and surface preparation methods used shall be in compliance with all federal, state and local safety and environmental laws. It is the contractor's responsibility to apply for any required permits (if applicable) in a timely fashion so as not to create a delay. Pavement surfaces that are unduly damaged as a msttlt of obliteration or surface preparation work shall be repaired and sealed in a manner acceptable to the City at no additional cost to the City - Sealants will need to be approved by the Streem fl7raffic Superintendent. This requirement only applies to those pavement surfaces that are judged by the City to be in good shape prior to any removal or surface preparation activities. Pavement grinding or water blasting shall not penetrate the pavement surface mote than 1/8 inch. Grinding or water blasting of newly laid AR-ACFC or PCCP (installed.within the past year) is not recommended. It shall be the responsibility of the contractor to provide for adequate disposal of removed material in approved landfills. Dumping of removed materials on -state property is prohibited unless approved by the City. After removing the existing pavement markings at preparing marked surfaces identified, the contractor shall immediately clean-up and contain all loose material from the road surface prior to reopening the roadway to traffic. The method of cleaning the surface is subject to approval by the City and shall include sweeping and/or vacuuming. All loose material including all grindings and obliterated marking material shall be collected and removed from the pavement surface and properly disposed of. Soadtation No: IFB 184140 1 w .goodyearaz.gw I Page 49 of 71 CITY OF GOODYEAR Office of Procurement 190 N.IrtchfieldRoad �,1'' P.O. Box 5100 Goodyear, AZ 85338 GocdYear Scope of Work Phone: 623-882-7834 ADOT Standard Specification Subsection 708-2.02 unless a different type and gradation is recommended by the profile thermoplastic manufacturer. 4.6 Pavement Marking Removal And Surface Prenaration (Pmr) Or ISM 4.6.1 Description The work under this subsection shall consist of all the.necessary work to remove (or obliterate) existing permanent white and yellow pavement markings (lines, .legends, symbols and raised pavement markers) or prepare these types of surfaces for restriping in accordance with the applicable. requirements, of the Contract Work Order, these specifications and as directed by the City. The work shall also include the cleaning of surrounding pavement surfaces, removal and disposal of removed material and pavement repair as necessary. All areas that are obliterated will be sealed with an asphalt slung sea] per MAG Section 460:2 or approved equal. The markings to be removed shall be as detailed on the project work order. 4.6.2 Work Requirements Painting or slurry sealing over existing pavement markings does not constitute obliteration. This includes the- application of new permanent markings over existing markings designated to be removed. If the work order specifies removal, then all markings are to be removed and the surface cleaned prior to the application of new markings. All obliteration and surface preparation shall be by an abrasive with a waterbome substance, air driven substance, or grinding method. No other method is acceptable. However, all obliteration and surface preparation methods used shall be in compliance with all federal, state and local safety and environmental laws. It is the contractor's responsibility to apply for any required permits (if applicable) in a timely fashion so as not to create a delay. Pavement surfaces that are unduly damaged as a msttlt of obliteration or surface preparation work shall be repaired and sealed in a manner acceptable to the City at no additional cost to the City - Sealants will need to be approved by the Streem fl7raffic Superintendent. This requirement only applies to those pavement surfaces that are judged by the City to be in good shape prior to any removal or surface preparation activities. Pavement grinding or water blasting shall not penetrate the pavement surface mote than 1/8 inch. Grinding or water blasting of newly laid AR-ACFC or PCCP (installed.within the past year) is not recommended. It shall be the responsibility of the contractor to provide for adequate disposal of removed material in approved landfills. Dumping of removed materials on -state property is prohibited unless approved by the City. After removing the existing pavement markings at preparing marked surfaces identified, the contractor shall immediately clean-up and contain all loose material from the road surface prior to reopening the roadway to traffic. The method of cleaning the surface is subject to approval by the City and shall include sweeping and/or vacuuming. All loose material including all grindings and obliterated marking material shall be collected and removed from the pavement surface and properly disposed of. Soadtation No: IFB 184140 1 w .goodyearaz.gw I Page 49 of 71 If the area in which markings have been removed or surface prepared is going to have new markings applied to it, then the method of surface preparation shall also be per the recommendations of the pavement marking material manufacturer. The cost for drying (if water method is used) or cleaning and preparing the surface, including abrasive sweeping and high-pressure air spray, shall be considered pan of the cost for applying the new pavement markings and no separate measurement or payment will be made for this work, unless otherwise noted on the work order or herein included and described. The application of primer sealer for thermoplastic and the removal of PCCP curing compound will be paid for -under a separate items. The application of primer and contact cement for preformed tape markings is incidental to those specific items. Markings that are obliterated (orremoved) shall be 98% to 100% removed.. If existing pavement markings are to be overlaid with new markings, then the existing markings surface shall be. prepared so that the new markings are placed on existing material (existing markings or pavement) that is well adhered to the pavement. To accomplish this. the contractor shall remove a minimum of 20% of the existing markings. The obliteration (or removal) of pavement marling lines will be measured by the linear foot along the center line of the existing pavement marling line (or stripe) and will bebased on a six inch wide line based on type material it appears to be (thermohape or paint) and the pavement surface that it is on (PCCP or AC) regardless of thickness or the number of layers: The most difficult marling material to remove will govern which payment item is to be used for that work. 4.7 Pavement Markings Removal and Pavement Surface Appearance Blending The Pavement Marking Removal item shall involve the removal anddisposal of at least 95% of the pavement markings at the locations indicated by -the City. This total removal effort may involve at least two separate processes. First, all'of the existing pavement markings (thermoplastic, tape, paint, etc.) shall be completely taken off the pavement surface with a combination grinding and/or high pressure water or confined sand blaster that is specifically designed for pavement marking.removal. The third step shall involve the sweeping; vacuuming and collecting all lose material and removing it from the roadway: The Pavement Surface Appearance Blending item shall involve an effort by the contractor to blend the appearance of a pavement surface to eliminate the false image of pavement marking lines which were removed to allow for the repositioning of the traffic lanes. All of the traffic lanes which are in the areas where lane lineshave been removed shall be -subjected to this treatment. The total square foot of the pavement surface to be treated shall be as directed by the City. Initially it is anticipated that between two to three feet of pavement surface width on either side of a firmer lane line and all of the lateral gap distance between the lane lines will need to be treated. However, the final determination of the limits of treatment and the amount of "appearance blending" effort (how much high power water or sand blasting) that is needed to taper the "look of the pavement surface" back to what is acceptable from a traffic operations stand point cannot be finalized until it is actually done in the field and is inspected visually. To minimize pavement damage the contractor shall exercise extreme care when removing markings. The removal method use shall not abrade or grind the pavement surface in a manner that permanently scares the pavement surface that would have a negative impact on the pavement or traffic operations. Grinding Soatltatbn No: IFB 184140 1 w .goodyearezgov I Page 50 of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road -W, P.O. Box 5100 Goodyear. AZ 85338 Goodyear Scope of Work Phone: 623-882-7834 If the area in which markings have been removed or surface prepared is going to have new markings applied to it, then the method of surface preparation shall also be per the recommendations of the pavement marking material manufacturer. The cost for drying (if water method is used) or cleaning and preparing the surface, including abrasive sweeping and high-pressure air spray, shall be considered pan of the cost for applying the new pavement markings and no separate measurement or payment will be made for this work, unless otherwise noted on the work order or herein included and described. The application of primer sealer for thermoplastic and the removal of PCCP curing compound will be paid for -under a separate items. The application of primer and contact cement for preformed tape markings is incidental to those specific items. Markings that are obliterated (orremoved) shall be 98% to 100% removed.. If existing pavement markings are to be overlaid with new markings, then the existing markings surface shall be. prepared so that the new markings are placed on existing material (existing markings or pavement) that is well adhered to the pavement. To accomplish this. the contractor shall remove a minimum of 20% of the existing markings. The obliteration (or removal) of pavement marling lines will be measured by the linear foot along the center line of the existing pavement marling line (or stripe) and will bebased on a six inch wide line based on type material it appears to be (thermohape or paint) and the pavement surface that it is on (PCCP or AC) regardless of thickness or the number of layers: The most difficult marling material to remove will govern which payment item is to be used for that work. 4.7 Pavement Markings Removal and Pavement Surface Appearance Blending The Pavement Marking Removal item shall involve the removal anddisposal of at least 95% of the pavement markings at the locations indicated by -the City. This total removal effort may involve at least two separate processes. First, all'of the existing pavement markings (thermoplastic, tape, paint, etc.) shall be completely taken off the pavement surface with a combination grinding and/or high pressure water or confined sand blaster that is specifically designed for pavement marking.removal. The third step shall involve the sweeping; vacuuming and collecting all lose material and removing it from the roadway: The Pavement Surface Appearance Blending item shall involve an effort by the contractor to blend the appearance of a pavement surface to eliminate the false image of pavement marking lines which were removed to allow for the repositioning of the traffic lanes. All of the traffic lanes which are in the areas where lane lineshave been removed shall be -subjected to this treatment. The total square foot of the pavement surface to be treated shall be as directed by the City. Initially it is anticipated that between two to three feet of pavement surface width on either side of a firmer lane line and all of the lateral gap distance between the lane lines will need to be treated. However, the final determination of the limits of treatment and the amount of "appearance blending" effort (how much high power water or sand blasting) that is needed to taper the "look of the pavement surface" back to what is acceptable from a traffic operations stand point cannot be finalized until it is actually done in the field and is inspected visually. To minimize pavement damage the contractor shall exercise extreme care when removing markings. The removal method use shall not abrade or grind the pavement surface in a manner that permanently scares the pavement surface that would have a negative impact on the pavement or traffic operations. Grinding Soatltatbn No: IFB 184140 1 w .goodyearezgov I Page 50 of 71 ',t'I CITY OF GOODYEAR 190 N. Li Procurement I90 N. Litchfield Road oa P.O. Box 5100 WIMP Goodyear, AZ 85338 LFT" G'CM0��.ewr Scope of Work Phone:. 623-862-7834 of the pavement marking surface initially, to loose the existing :material up, is,and acceptable method Grinding to remove lines that run parallel to traffic is also generally, acceptable. However, grinding shall not be the primary means to remove the existing pavement markings that are within the travel way, unless the markings are transverse (crosswalks, stop bars legends and symbols). The use of high pressure water blaster which is specially designed for high production pavement markiiig removal shall be used. The contractor shall be responsible for all cost associated with repairing pavement surfaces damaged by their carelessness, error or improper removal techniques. All removal and pavement surface performance blending methods shall be in compliance with the applicable federal state and local regulations: It is the contractors responsibility to apply for any required permits. After the markings have been removed and if authorized by the City the contractor shall begin an effort to blend the appearance of the pavement surface where the markings where removed to the appearance of the pavement surface in the traffic lane arca. This pavement surface appearance blending shall be done to help ensure that the pavement surface of where the removed markings where does not leave enough of a ghost image to appear as lane line markings under certain seeing conditions. Often during sun rising or seeing driving conditions on eastlwesl roadways.it is possible for the former locations of removed pavement markers and markings to appear as active lane or edge lines which are in fact in conflict with the actual pavement markings. To account for this possibility this "pavement appearance blending item has been established. The intent of this item is to subject enough of the pavement surface on either side of the existing lane line which have just been removed with a surface abrasion treatment that sufficiently obscures the area where those markings where so they will no longer have the appearance that they are markings under all road user seeing conditions. This item is also intended to prepare and clean the pavement surface for the application of the new pavement markings. If a high pressure water blaster pavement marking removal truck is used the following general criteria is anticipated: for pavement [narking a narrow removal head with a vehicle velocity of two miles per hour or less.applies; and for pavement surface appearance blending a narrow removal head at a slightly higher vehicle velocity than that used for removal or a wider removal head with a vehicle velocity of between two to three miles per hour applies. Additionally, for surface appearance blending, as the offset from where the existing markings whereremoved is increased, the velocity of the vehicle can increase, beyond the limits indicated, if such of a.velocity is successful in tapering the surface appearance in a manner that is acceptable to the City. It is anticipated the desired result can be achieved in one pass, however if this is not possible then additional passes can be effected at or above the velocities used for the fust pass. Prior to starting the project the contractor shall, in the presence of the engineer, test this general criteria for effectiveness in achieving the desired end product. The end product being a pavement surface that is thoroughly. clean and has an un- pavementmarked appearance under all anticipated driver seeing conditions. Based on the results of this test the criteria shall be adjusted as approved by the City. Additionally, these criteria can be adjusted again ifduring the project it is determine that it is necessary, to change it achieve the desired end product as judged by the City. It shall be the responsibility of the contractor to gather and provide for the disposal of all removed materials in approved landfills. Solicitation No: IFB 18.4740 1 vnnv.goodyearaz.gov I Page 51 of 71 The techniques and equipment used pavement marling removal and pavement surface appearance blending, and the end result shall be subjected to review and approval by the City.. 4.8 Method of Measurement The removal of.the pavement markings will be measured by the linear foot along the center line of the existing pavement stripe made of either thermoplastic, tape, ceramic buttons, raised pavement markets or other pavement marking material based on the equivalent four inch width. The removal of the existing adhesive pad(s) in the gap between the existing ten foot lane lines shall be considered incidental to this item and will not be measured. The pavement surface appearance blending will be measured by the square foot based on the area so treated and approved by the City. 5. WORK SCHEDULE The Contractor shall provide the City with a Work Schedule. The work schedule shall account for known City prioritiesand also seasonal weather conditions. Wort: schedule and planning meetings shall be held as necessary. and as requested by the Streetsrrraffic Superintendent. All work shall be performed during times requested by the Streetsfrmf'fic Superintendent.. No work will be performed on weekends or State holidays without.phor approval by the Streets/Traffic Superintendent. All work hours and days will be subjected to restrictions that are established by the StreeLvTraffrc Superintendent. The contractor may be required to work at any hours of the day or night, week or weekend. This provision is necessary to minimize the negative impacts on the motoring public. The scheduling of all work shall account for the ambient and surface temperature requirements of the materials to be applied (as applicable). Additionally, the schedule shall have adequate time for the logical completion of all work activities, including drying time of applied markings, and the setting and removal of the necessary traffic control. Contractor shall adhere to the approved work schedule and shall complete all work during the calendar week in which it is scheduled unless circumstances occur which are beyond'the control of the Contractor. If the Contractor falls behind schedule at any time, additional workers shall be assigned at no additional cost to the City until the work is back on schedule. The City reserves the right to make adjustmentsin the schedule at any, time to avoid conflict with highway, construction or maintenance operations or to better serve the City's needs. All work crews and work crew supervisors (marking and traffic control) shall be equipped with mobile phones. The contractor shall provide the City a detailed listing of their crews and their phone numbers- All umbersAll contractor generated plans and schedules are subject to City approval. Any significant change to the schedule and/or plan musube submitted to the Streets/Traffic Superintendent for review and approval. The contractor shall be responsible for verifying quantities prior to the start of any project. All changes must be approvedby the City prior to the.start of work Any changes to the quantities and/or scope encountered once the project begins shall be immediately brought to the attention of the City inspector. The changes must be reviewed and approved before any additional and/or new work is done. Any significant amount of extra or Soadtatbn Nc: IFB 18-4140 1 Wn .goodyearxr.gov I Page 52 of 71 of Procurement AAVAA CITY OF GOODYEAR 190 M l90 N: Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 vpzrt i Scope of Work Phone: 623-882.7834 The techniques and equipment used pavement marling removal and pavement surface appearance blending, and the end result shall be subjected to review and approval by the City.. 4.8 Method of Measurement The removal of.the pavement markings will be measured by the linear foot along the center line of the existing pavement stripe made of either thermoplastic, tape, ceramic buttons, raised pavement markets or other pavement marking material based on the equivalent four inch width. The removal of the existing adhesive pad(s) in the gap between the existing ten foot lane lines shall be considered incidental to this item and will not be measured. The pavement surface appearance blending will be measured by the square foot based on the area so treated and approved by the City. 5. WORK SCHEDULE The Contractor shall provide the City with a Work Schedule. The work schedule shall account for known City prioritiesand also seasonal weather conditions. Wort: schedule and planning meetings shall be held as necessary. and as requested by the Streetsrrraffic Superintendent. All work shall be performed during times requested by the Streetsfrmf'fic Superintendent.. No work will be performed on weekends or State holidays without.phor approval by the Streets/Traffic Superintendent. All work hours and days will be subjected to restrictions that are established by the StreeLvTraffrc Superintendent. The contractor may be required to work at any hours of the day or night, week or weekend. This provision is necessary to minimize the negative impacts on the motoring public. The scheduling of all work shall account for the ambient and surface temperature requirements of the materials to be applied (as applicable). Additionally, the schedule shall have adequate time for the logical completion of all work activities, including drying time of applied markings, and the setting and removal of the necessary traffic control. Contractor shall adhere to the approved work schedule and shall complete all work during the calendar week in which it is scheduled unless circumstances occur which are beyond'the control of the Contractor. If the Contractor falls behind schedule at any time, additional workers shall be assigned at no additional cost to the City until the work is back on schedule. The City reserves the right to make adjustmentsin the schedule at any, time to avoid conflict with highway, construction or maintenance operations or to better serve the City's needs. All work crews and work crew supervisors (marking and traffic control) shall be equipped with mobile phones. The contractor shall provide the City a detailed listing of their crews and their phone numbers- All umbersAll contractor generated plans and schedules are subject to City approval. Any significant change to the schedule and/or plan musube submitted to the Streets/Traffic Superintendent for review and approval. The contractor shall be responsible for verifying quantities prior to the start of any project. All changes must be approvedby the City prior to the.start of work Any changes to the quantities and/or scope encountered once the project begins shall be immediately brought to the attention of the City inspector. The changes must be reviewed and approved before any additional and/or new work is done. Any significant amount of extra or Soadtatbn Nc: IFB 18-4140 1 Wn .goodyearxr.gov I Page 52 of 71 ',,%' CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road P.O. Box 5100 Goodyear. AZ 85338 C�r`w.i..EsCi Scope of Work Phone: 623-882-7834 new work that is done beyond the approved Contract Work Order/Contract Purchase Order will not be eligible for payment; to include any associated traffic control. The contractor shall adhere to the approved work schedule and plan. If work is not completed per the ,schedule and/or plan, a written report to the Streetsffraffic Superintendent shall be made explaining why the work was not completed. This report shall be made within the first working day of the following week. A plan forgetting back on schedule shall be contained within this report. If contractor action or non -action is judged to be the reason for the problem, the City may require the contractor to assign additional personnel and equipment to get the project back on schedule. Any additional costs association with this assignment of additional resources (e.g. overtime, equipment rental, traffic control, subcontractors) to the project that .are beyond the,scope of this contract will be bore by the contractor. 6. 'MAINTENANCE & PROTECTION OF TRAFFIC 6.1 All traffic affected by this construction shall be regulated in accordance with the City of Phoenix "Traffic Barricade Manual," and the items listed below. The following traffic restrictions are minimum requirements throughout the construction period: 6.1.1 All traffic restrictions listed herein are to supplement the City of Phoenix "Traffic Barricade Manual," and are not intended to delete any pan of the manual. All reference in the "Traffic Barricade. Manual" to "arterial' and/or "collector" streets shall mean "arterial and/or major arterial" streets and are referred to as "major" streets in the following sections:. 6.1.2 A minimum of two travel lanes (one for each direction) shall be maintained open.to traffic at all times on all major streets. All work that enters or crosses a major street must be done at times other than 6:00 a.m. to 8:30 a.m., and 4:06 p.m. to 7:00 p.m. 6.1.3 A travel lane shall he defined as ten (10) feet of roadway with a safe motor vehicle operating speed of twenty-five (25) miles per hour. 6.1.4 A travel lane will not be considered as satisfactorily open,to traffic until -it has 'been graded reasonably smooth and is paved with a minimum of two (2) inches of asphalt. This shall be. considered temporary pavement and shall be removed completely before proceeding with final surfacing. 6.1.5 The Contractor shall provide and maintain all necessary traffic controls, and must provide flashing arrow boards to protect and guide traffic for all work in the construction area. 6.1.6 Intersection area shall be defined as all of the area within the right-of-way of intersecting streets, plus two -hundred fifty (250) feet beyond the center of the intersected streets on,altlegs of the. intersection. 6.1.7 The Contractor shall maintain all existing, traffic signs erect, clean.and in full view.of the intended traffic at all.times. Street name signs at major street intersections shall be maintained erect at all times. If any signs interfere with construction, the Contractor shall notify the Inspector at least 48 hours in advance for City forces to remove said signs. The Contractor shall be responsible for having all temporary traffic control signs installed and maintained during construction. The Streetsffraffic Division will re -set all traffic and street name at to permanent locations when notified by the Engineer that construction is complete. Soadtatim Na iFB 18-4140 1 w .gooayearar.gm I Page 53 of 71 6.1.8 Local access to all properties onthe subject project shall be.maintained at all possible times in the form of a safe and ieasonable direct route to at least one of the above defined major streets. Whenever local access cannot be maintained, the Contractor shall notify the a affected property owner or user and the Engineer at leasttwenty-four.(24) hours in advance. 6. t.9 The Contractor shall be required to provide a uniformed off-duty City of Goodyear police officer to assist with traffic control whenever traffic•m any one.direction is restricted to one lane at a signalized major intersection or at other locations if it should become necessary in the opinion of the Engineer. During. construction activities that do not restrict a major signalized intersection, police officer assisted traffic control isnot required. Measurement for payment of the uniformed off-duty Goodyear police officer hours will be trade by the actual number of than -hours used for traffic control at signalized major intersections or as approved by the Streets and Traffic Superintendent. Payment for the off-duty Goodyear police officer will be made at the City of Goodyear contract unit price bid per hour for OFF DUTY GOODYEAR POLICE, OFFICER. A supervisor is required whenever four (4) officers:are used or in the event that only a supervisor is available. The net hourly rate shall be increased to include withholding for Federal; State, FICA, Medicare, Worker's Compensation insurance and any payroll administrative costs. Contractor must fill out a request for off-duty police officer.contract one week prior to the event. 6.1.10 The Contractor shall prepare a traffic control plan for applicable projects and submit it to the City Streets/Traffic Superintendent for reviewand approval at least seven (7) working days before the pre -construction conference. The traffic control plan shall include flashing arrow boards, barricades and signs, and shall address how local access to adjacent properties will be handled in accordance with the specifications herein. Any changes to the traffic control'plan during construction shall be submitted to the City Streets/Traffic Superintendent for approval at least seventy-two (72) hours before implementation. 6.1.11 It is the City's desire to mainmin'one lane of traffic in each direction onminor.streets whenever possible. Should it become imperative for the Contractor to close off a portion of any minor street or reduce the travel way to a single lane, he must obtain approval from the. City Streets/traffic Superintendent twenty-four (24) hours prior to implementing a traffic control change. He must provide all the necessary signs to detour traffic and/or flagmen to control traffic for a single lane. The maximum amount of time that the street may be closed is from 9`.00 a.m. until'4:00 p.m: The cost of the shadow vehicle will be included.in the cost of the striping. 6.1.12 General Process Before proceeding with the contract, the contractor will berequired to develop typical traffic control plans and traffic control work item lists for each of the tasks, necessaryfor the Pavement Marking Maintenance Project. These typical.plans are to be submitted to Streetsfl'raffic Superintendent for review and approval. All traffic control and moving operations shall be per the Phoenix Barricade Manual, latest edition. All striping and shadow vehicles, in moving striping operations; shall be equipped with large black on white regulatory signs which state "KEEP OFF THE STRIPE" and "NO PASSING". Black on orange warning signs stating "WET PAR FF' shall be placed at a minimum of one mile. Solicitation No: IFB 18-4140 1 w .goodyearaz.gov I Page 54 of 71 - Office ofPm AT)"a CITY OF GOODYEAR Road 1902v'.Litchfield eldRoad P.O. Boz 5100 Goodyear; AZ 85338 C.7COed�f@C� Scope of Work Phone: 623-882-7834 6.1.8 Local access to all properties onthe subject project shall be.maintained at all possible times in the form of a safe and ieasonable direct route to at least one of the above defined major streets. Whenever local access cannot be maintained, the Contractor shall notify the a affected property owner or user and the Engineer at leasttwenty-four.(24) hours in advance. 6. t.9 The Contractor shall be required to provide a uniformed off-duty City of Goodyear police officer to assist with traffic control whenever traffic•m any one.direction is restricted to one lane at a signalized major intersection or at other locations if it should become necessary in the opinion of the Engineer. During. construction activities that do not restrict a major signalized intersection, police officer assisted traffic control isnot required. Measurement for payment of the uniformed off-duty Goodyear police officer hours will be trade by the actual number of than -hours used for traffic control at signalized major intersections or as approved by the Streets and Traffic Superintendent. Payment for the off-duty Goodyear police officer will be made at the City of Goodyear contract unit price bid per hour for OFF DUTY GOODYEAR POLICE, OFFICER. A supervisor is required whenever four (4) officers:are used or in the event that only a supervisor is available. The net hourly rate shall be increased to include withholding for Federal; State, FICA, Medicare, Worker's Compensation insurance and any payroll administrative costs. Contractor must fill out a request for off-duty police officer.contract one week prior to the event. 6.1.10 The Contractor shall prepare a traffic control plan for applicable projects and submit it to the City Streets/Traffic Superintendent for reviewand approval at least seven (7) working days before the pre -construction conference. The traffic control plan shall include flashing arrow boards, barricades and signs, and shall address how local access to adjacent properties will be handled in accordance with the specifications herein. Any changes to the traffic control'plan during construction shall be submitted to the City Streets/Traffic Superintendent for approval at least seventy-two (72) hours before implementation. 6.1.11 It is the City's desire to mainmin'one lane of traffic in each direction onminor.streets whenever possible. Should it become imperative for the Contractor to close off a portion of any minor street or reduce the travel way to a single lane, he must obtain approval from the. City Streets/traffic Superintendent twenty-four (24) hours prior to implementing a traffic control change. He must provide all the necessary signs to detour traffic and/or flagmen to control traffic for a single lane. The maximum amount of time that the street may be closed is from 9`.00 a.m. until'4:00 p.m: The cost of the shadow vehicle will be included.in the cost of the striping. 6.1.12 General Process Before proceeding with the contract, the contractor will berequired to develop typical traffic control plans and traffic control work item lists for each of the tasks, necessaryfor the Pavement Marking Maintenance Project. These typical.plans are to be submitted to Streetsfl'raffic Superintendent for review and approval. All traffic control and moving operations shall be per the Phoenix Barricade Manual, latest edition. All striping and shadow vehicles, in moving striping operations; shall be equipped with large black on white regulatory signs which state "KEEP OFF THE STRIPE" and "NO PASSING". Black on orange warning signs stating "WET PAR FF' shall be placed at a minimum of one mile. Solicitation No: IFB 18-4140 1 w .goodyearaz.gov I Page 54 of 71 intervals (t) throughout the restriping area. These signs shall be placed in both directions if the roadway is two-way. 6.1.13 Other Provisions If any condition exists which, in thejudgment of the Streetsffraffic Superintendent or the inspector, requires special haffic.control methods or signing, such traffic control shall be supplied by the contractor. All traffic control situations are subject to the City's approval. The StreetslrrafficSupermtendent or the inspector shall have final authority in traffic control matters: The contractor shall notify the City inspector immediately prior to establishing traffic control which restricts or closes a traffic lane and immediately,upon dismantling any restriction or closure. If a tamp or road closure, is requiied, the traffic control plan must show a detour route. The contractor shall provide experienced, competent, qualified traffic control technicians for all traffic control activities. All traffic control devices shall conform to the requirements of the MUTCD and shall be maintained in a.clean and serviceable condition.at all times. Any unsuitable or unserviceable devices shall be replaced immediately. The City shall be the sole judge of serviceability of traffic control devices. Traffic control set-ups shall be continually observed and maintained by.the contractor's personnel who are trained and competent in the use of traffic control devices. The contractor shall not store any traffic control devices within thirty (30) feet of the roadway. A truck mounted attenuator shall be utilized in all operations which restricts or eliminates usage of a.tmffic lane. Attenuator position shall be shown on the Traffic Control Plan. The truck mounted attenuator shall conform to Standard Specification 701-3.07. When work of a progressive nature is involved, the necessary devices shall be moved concurrently with the advancing operation,based on the no -track time of the pavement marking material (if applicable). The use of temporary devices shall not extend beyond the anticipated length of work of one shift production. All vehicles involved in the moving pavement marling operation shall have appropriate traffic warning signs attached. Sign legends and location of placement on each vehicle shall be included in the Moving Pavement Marking Operation Traffic Control Plan. No additional payment will be made for vehicle mounted signs. If requested by the City, the contractor shall provide the services of an off-duty uniformed law enforcement officer and, if requested, an • official lave enforcement vehicle. All off -duly law enforcement personnel utilized under this contract must be: certified by the Arizona Law Enforcement Officer Advisory Council (ALEOAC). An hourly item for law enforcement officer and law enforcement vehicle, excluding DPS Officers, has been established on the Fee Schedule. Soliritatim Na: IFB 184140 www,goadyearaz.gov Page 55 of 71 CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road P.O. Box S 100 Goodyear85, AL 853SS Goodyear Scope. of Work Phone: 623-882-7834 intervals (t) throughout the restriping area. These signs shall be placed in both directions if the roadway is two-way. 6.1.13 Other Provisions If any condition exists which, in thejudgment of the Streetsffraffic Superintendent or the inspector, requires special haffic.control methods or signing, such traffic control shall be supplied by the contractor. All traffic control situations are subject to the City's approval. The StreetslrrafficSupermtendent or the inspector shall have final authority in traffic control matters: The contractor shall notify the City inspector immediately prior to establishing traffic control which restricts or closes a traffic lane and immediately,upon dismantling any restriction or closure. If a tamp or road closure, is requiied, the traffic control plan must show a detour route. The contractor shall provide experienced, competent, qualified traffic control technicians for all traffic control activities. All traffic control devices shall conform to the requirements of the MUTCD and shall be maintained in a.clean and serviceable condition.at all times. Any unsuitable or unserviceable devices shall be replaced immediately. The City shall be the sole judge of serviceability of traffic control devices. Traffic control set-ups shall be continually observed and maintained by.the contractor's personnel who are trained and competent in the use of traffic control devices. The contractor shall not store any traffic control devices within thirty (30) feet of the roadway. A truck mounted attenuator shall be utilized in all operations which restricts or eliminates usage of a.tmffic lane. Attenuator position shall be shown on the Traffic Control Plan. The truck mounted attenuator shall conform to Standard Specification 701-3.07. When work of a progressive nature is involved, the necessary devices shall be moved concurrently with the advancing operation,based on the no -track time of the pavement marking material (if applicable). The use of temporary devices shall not extend beyond the anticipated length of work of one shift production. All vehicles involved in the moving pavement marling operation shall have appropriate traffic warning signs attached. Sign legends and location of placement on each vehicle shall be included in the Moving Pavement Marking Operation Traffic Control Plan. No additional payment will be made for vehicle mounted signs. If requested by the City, the contractor shall provide the services of an off-duty uniformed law enforcement officer and, if requested, an • official lave enforcement vehicle. All off -duly law enforcement personnel utilized under this contract must be: certified by the Arizona Law Enforcement Officer Advisory Council (ALEOAC). An hourly item for law enforcement officer and law enforcement vehicle, excluding DPS Officers, has been established on the Fee Schedule. Soliritatim Na: IFB 184140 www,goadyearaz.gov Page 55 of 71 All traffic control devices are to be compliant with the applicable NCHRP-350 criteria per the dates mandated by the Federal Highway Administration (FHWA). Retrorellective signs are required for all warning signs. 7. EOUIP1tENT The contractor shall provide and maintain during the entire; period of, this contact, equipment sufficient in number, operational condition and capacity to efficiently perforin the work and tender the services required by this contract. This includes sufficient "backup" equipment to provide uninterruptedservice when equipment breakdown occurs. All long line trucks.shall be equipped with a flashing arrow board on the back and a front mounted locator wheel or equivalent camera targeting system. The use of a pointer bar, or "7"' bar on long lite equipment is prohibited. A separate payment for flashing arrow panels on any vehicle shall not be considered for payment. The costs of all warning lights and panels on any vehicle 'shall he considered incidental to the appropriate item. All vehicles involved in a moving operation shall have flashing anew panels unless approved otherwise by the City. All vehicles involved in moving pavement marking work under traffic shall be equipped with. self-contained flashing arrow panels. Vehicles used on this project shall be equipped with amber rotating beacons or strobe lights. Rotating amber beacon lights shall beequal to code three, 6105 rectangular andtor 550 round for uniformity. All equipment shall be equipped with a backup alarm. The Contractor's vehicles and mobile equipment shall be clearly.marked with company name and/or logo and an identification number. The application equipment to he used on roadway long line instnlletinnq (except for gore lines and short skip strips) shall consist of truck mounted units. The truck mounted unit for center lines,,lane lines; gore lines, and edge lines shall consist of a mobile self-contained unit carrying its own material. it shall be capable of operating a minimumspeed of four to five miles per hour while applying striping and shall be sufficiently maneuverable to install curved and straight lines, both longitudinally and transversely. The truck shall be equipped with high pressure air spray lets that are in front of the pavement marking material dispensing devices that ensure there is no loose matter on the pavement surface where the marking material is to be applied. The hand applicator equipment shall be sufficiently maneuverable to install.curved and straight lines, both longitudinally and transversely, symbols and legends. All handcarts shall have a pointer bar that is properly positioned to ensure straight lines. Reflective tape shall be placed on all sides of the hand .application equipment. The application equipment shall be so constructed as to assure continuous uniformity in the dimensions of the pavement marking. The applicator shall provide a means for cleanly cutting off square pavement marking edges and ends. It shall'also provide a method of applying lane lines (or "skip lines). The equipment shall be constructed so as to provide varying widths and thickness of pavement markings. The application equipment Solicitation No: 1F6 18-4146 1 —.g°°dy°ara .gw Page 56 of 71 CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 OTT°T Goodyear Scope Of Work Phone: 623-882-7834 All traffic control devices are to be compliant with the applicable NCHRP-350 criteria per the dates mandated by the Federal Highway Administration (FHWA). Retrorellective signs are required for all warning signs. 7. EOUIP1tENT The contractor shall provide and maintain during the entire; period of, this contact, equipment sufficient in number, operational condition and capacity to efficiently perforin the work and tender the services required by this contract. This includes sufficient "backup" equipment to provide uninterruptedservice when equipment breakdown occurs. All long line trucks.shall be equipped with a flashing arrow board on the back and a front mounted locator wheel or equivalent camera targeting system. The use of a pointer bar, or "7"' bar on long lite equipment is prohibited. A separate payment for flashing arrow panels on any vehicle shall not be considered for payment. The costs of all warning lights and panels on any vehicle 'shall he considered incidental to the appropriate item. All vehicles involved in a moving operation shall have flashing anew panels unless approved otherwise by the City. All vehicles involved in moving pavement marking work under traffic shall be equipped with. self-contained flashing arrow panels. Vehicles used on this project shall be equipped with amber rotating beacons or strobe lights. Rotating amber beacon lights shall beequal to code three, 6105 rectangular andtor 550 round for uniformity. All equipment shall be equipped with a backup alarm. The Contractor's vehicles and mobile equipment shall be clearly.marked with company name and/or logo and an identification number. The application equipment to he used on roadway long line instnlletinnq (except for gore lines and short skip strips) shall consist of truck mounted units. The truck mounted unit for center lines,,lane lines; gore lines, and edge lines shall consist of a mobile self-contained unit carrying its own material. it shall be capable of operating a minimumspeed of four to five miles per hour while applying striping and shall be sufficiently maneuverable to install curved and straight lines, both longitudinally and transversely. The truck shall be equipped with high pressure air spray lets that are in front of the pavement marking material dispensing devices that ensure there is no loose matter on the pavement surface where the marking material is to be applied. The hand applicator equipment shall be sufficiently maneuverable to install.curved and straight lines, both longitudinally and transversely, symbols and legends. All handcarts shall have a pointer bar that is properly positioned to ensure straight lines. Reflective tape shall be placed on all sides of the hand .application equipment. The application equipment shall be so constructed as to assure continuous uniformity in the dimensions of the pavement marking. The applicator shall provide a means for cleanly cutting off square pavement marking edges and ends. It shall'also provide a method of applying lane lines (or "skip lines). The equipment shall be constructed so as to provide varying widths and thickness of pavement markings. The application equipment Solicitation No: 1F6 18-4146 1 —.g°°dy°ara .gw Page 56 of 71 FY �cd CITY OF GOODYEAR Office Procurement Li 190 N. Litchfield Road P.O. Boz 5100 Goodyear, AZ 85338 Phone: 623-882-7834 Scope of Work shall be mobile and maneuverable to the extent that straight lines can be followed and normal curves can be made in a true arc. The equipment operator shall be located in such a position as to enable full visibility of the striping apparatus. All vehicles shall have two-way radio (or suitable intercom) capabilities. In addition, all managers, supervisors, crew chiefs or other key personnel shall have mobile phones. A listing of persons and phone numbers shall be submitted to the Streetslfraffic Superintendent. Communication devices shall be fully operational and mailable for immediate use during all work operations. A glass bead top dressing shall be applied to the completed pavemem marling by an automatic glass bead dispenser attached to the striping machine in such a manner that the beads are applied to the undried material immediately after. it has been applied The bead dispenser shall either utilize pressure type spray.guns ora gravity drop -ort bead dispenser. The type used shall be per the recommendations -of the glass bead manufacturer. The bead dispenser shall be capable of evenly distributing glass beads to the required application rate immediately after the application of the pavement marking material. Additionally, the bead dispenser shall dispense the beads in such a matter that they shall embed in the surface of the marling materials to an anchoring depth of from SS% to 60% of the bead diameter. The long line truck bead dispenser shall be equipped with an automatic cutoff synchronized with the cutoff of the dispensing device for the pavement marking material. NOTE: ALL BEAD GUNS SHALL HAVE WIND SHROUDS THAT DIRECT THE DROP ON GLASS.BEADS DIRECTLY TO THE APPLIED LANE. The contractor shall make daily inspections of all equipment to ensure it is operable and within the requirements of these specifications. Continuous, uniform and proper operations of all equipment are critical to ensure quality marking applicstiob. The contractor shall inform the City inspector of any breakdowns or intermittent malfunctions of equipment that may impact the application of the markings and compliance with this specification. The City reserves the right to inspect equipment at any time and require the replacement of any that does not meet minimum serviceability standards. Equipment, machinery, component or system failtres tharafled the safe operation of any equipment shall be corrected prior to using the equipment. All long line equipment shall be provided with a metering device to register the accumulated installed or' removed footage for each material dispensing or removal, device. The meter shall be operated in a fashion so it only accounts for that material that is installed or removed from the roadway. The contractor shall coordinate with the City on the operations and readings derived from theautomaric meter. The City shall periodically check the degree of accuracy of the counter readings and establish an adjustment factor, if necessary, to accurately determine the pay item quantities. Failure of the contractor to operate and/or maintain the counter system can be cause forimmediate suspension of work. All bead dispenser outlets shall have enclosed wind shrouds or equivalent devices to direct the glass beads to the markings as they are dropped. The shroud may include an opening which faces the operator so that the flow rate of the glass beads can be monitored. The bottom of the shroud shall be mounted within two to three inches of the pavement surface and shall be configured to allow for even distribution of glass beads on the applied "markings. SoWtation No: IFS 18-4140 1 v. v.w.goodyeam.gov I Page 57 of 71 8. REPORTS The Contractor shall prepare all reports required by the City and deliver them to the City within the time specified. These reports shall include, but are not limited,to the Daily Work and Quantities Report for each project. The Contractor shall keep logbooks as referenced in this section. These reports may be modified at any time to meet the needs of the City. 9. SAFETY. SANITARY & HEALTH CONDITIONS Contract specifications require all Contractor employees to wear OSHA approved hard hats, high -visibility, OSHA approved safety vests and steel-tded footwear and full-length pants at all times while working within, the right-of-way. The Contractor shall provide and maintain in a neat and sanitary condition such accommodations for the use of the contractor's employees as may be necessary to comply with the requirements and regulations of the Arizona State Cityof Health Services or other authorities having jurisdiction therein. Attention is directed to Federal, State and local laws, rules and regulations concerning construction safety and health standards. The contractor shall not require any workers to work in surroundings or. under conditions that .are unsanitary•, hazardous or dangerous to their health or safety. 10. -SUSPENSION OF WORK: The Contract Administrator or their representative may suspend work operations at any time, when.iu their judgment, present or impending weather conditions are such that the work cannot be carried out in a safe and effective manner. 11. MOBILIZATION All of the bid prices shall be based on providing pavement marking services as described herein inclusive of all mobilization costs. 12. CERTIFICATE OF COMPLIANCE The contractor, as a part of their offer, shall submit a Certificates of.the materials to be.used from the manufacturer, Calibrations sheet for all equipment to be used per thiscontract,: and resumes of the on-site s6 visors that will be utilized per this contract. Calibration sheets shall be kept with the vehicles at all times. a: Listing of mantifacturers intended to be used. The drop on glass bead manufacturer shall also be identified. The listing of the manufacturer shall include a written.certification from the manufacturer that their material will conform to these specifications. Preformed Tape Marking manufacturer's certification shall include their specifications, application requirement and a small three (3) foot sample of each tape being 'offered. It is acceptable to list primary and secondary sources of materials. b. Statement that all materials and equipment used shall conform to these specifications and generally accepted national practices. The use of non -conforming materials, application methods and/or equipment can be grounds for rejection of work and, if not corrected, suspension or cancellation of the contract. C. Statement that the contractor will maintain, calibrate and operate all the application devices so that the required thickness and the drop on glass bead application rates are achieved at all times. Additionally, Soli6taCon No: IFB 184140 —.gowyearaz.gm Page 58 of 71 CITY OF GOODYEAR Li Office Procurement 190 N. Litchfield Road ',�'' P.O. Box 5100 Goodyear, AZ 85338 G ilyear Scope of Work Phone: 623-882-7834 8. REPORTS The Contractor shall prepare all reports required by the City and deliver them to the City within the time specified. These reports shall include, but are not limited,to the Daily Work and Quantities Report for each project. The Contractor shall keep logbooks as referenced in this section. These reports may be modified at any time to meet the needs of the City. 9. SAFETY. SANITARY & HEALTH CONDITIONS Contract specifications require all Contractor employees to wear OSHA approved hard hats, high -visibility, OSHA approved safety vests and steel-tded footwear and full-length pants at all times while working within, the right-of-way. The Contractor shall provide and maintain in a neat and sanitary condition such accommodations for the use of the contractor's employees as may be necessary to comply with the requirements and regulations of the Arizona State Cityof Health Services or other authorities having jurisdiction therein. Attention is directed to Federal, State and local laws, rules and regulations concerning construction safety and health standards. The contractor shall not require any workers to work in surroundings or. under conditions that .are unsanitary•, hazardous or dangerous to their health or safety. 10. -SUSPENSION OF WORK: The Contract Administrator or their representative may suspend work operations at any time, when.iu their judgment, present or impending weather conditions are such that the work cannot be carried out in a safe and effective manner. 11. MOBILIZATION All of the bid prices shall be based on providing pavement marking services as described herein inclusive of all mobilization costs. 12. CERTIFICATE OF COMPLIANCE The contractor, as a part of their offer, shall submit a Certificates of.the materials to be.used from the manufacturer, Calibrations sheet for all equipment to be used per thiscontract,: and resumes of the on-site s6 visors that will be utilized per this contract. Calibration sheets shall be kept with the vehicles at all times. a: Listing of mantifacturers intended to be used. The drop on glass bead manufacturer shall also be identified. The listing of the manufacturer shall include a written.certification from the manufacturer that their material will conform to these specifications. Preformed Tape Marking manufacturer's certification shall include their specifications, application requirement and a small three (3) foot sample of each tape being 'offered. It is acceptable to list primary and secondary sources of materials. b. Statement that all materials and equipment used shall conform to these specifications and generally accepted national practices. The use of non -conforming materials, application methods and/or equipment can be grounds for rejection of work and, if not corrected, suspension or cancellation of the contract. C. Statement that the contractor will maintain, calibrate and operate all the application devices so that the required thickness and the drop on glass bead application rates are achieved at all times. Additionally, Soli6taCon No: IFB 184140 —.gowyearaz.gm Page 58 of 71 thecontractor shall commit to keeping an accurate timely accounting of the type and ,quantity of materials applied per day per project and the removal quantifies per day per project. The contractor shall coordinate and fully cooperate with the City to this regard. The City's Daily Work and Quantities Report, Exhibit 1 will become the official record of work done on all projects. d. Resumes of. all On -Site Supervisors and key personnel who will be managing and supervising the installation or removal of pavement markings. The resumes shall present clear and convincing evidence that key personnel have sufficient experience and training to properly manage and supervise the subject paint installation or removal activities. Only those persons submitted and approved per this certificate shall be used to supervise installations and/or removals per this contract. An approved On -Site Supervisonshall be,present during all installation and removal activities. The installation or removal of paint markings without proper and/or ineffective supervision can be grounds for rejection of work and, if not corrected, suspension or cancellation of the contract. c. Certificate changes are allowable. If a change is necessary the contractor shall submit a revised certificate within 25 days of that change; or -before a pavement marking maintenance project that the change will become effective on is done. Revised certificates shall be submitted to the RTE, inspector and the Contract Officer for review and approval. This certificate shall be reaffirmed, updated and resubmitted if the contract is renewed or extended. 13. WORK SCHEDULE AND PLAN The contractor shall present and submit a possible preliminary work schedule and plan as described in Paragraph 5, Work Schedule. 14. TRAFFIC CONTROL The -contractor shall submit a copy of the Traffic Control Plan as described in Paragraph 6, Maintenance and Protection of Traffic. All irafiic control plans are subject to review and approval by the City. Project traffic control plans will be submitted, reviewed and approved prior to work taking place, 15 CONTRACT WORK ORDER(S) A.ND FIELD REPORTING The -work order procedures and field reporting requirements will be reviewed and discussed.. 15.1 Infection The City shall perform periodic inspections to ascertain contractors compliance With contract. requirements. 15.2 Work Acceptance Work shall be completed in a responsible and professional manner and in accordance with the specifications, schedules, test plans or performance and operating standards; which are incorporated in the work assignment. The Contract Administrator or Contract Administrator's representative shall notify the contractor, verbally and in writing of any deficiencies found within the contract limits. Sofidtition No: IFB.1"140—.goodyearazgov Page 59 of 71 CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road ',t'I P.O. Box 5100 Goodyear, AZ 85338 Good ear r Scope of Work Phone: 623-882-7834 thecontractor shall commit to keeping an accurate timely accounting of the type and ,quantity of materials applied per day per project and the removal quantifies per day per project. The contractor shall coordinate and fully cooperate with the City to this regard. The City's Daily Work and Quantities Report, Exhibit 1 will become the official record of work done on all projects. d. Resumes of. all On -Site Supervisors and key personnel who will be managing and supervising the installation or removal of pavement markings. The resumes shall present clear and convincing evidence that key personnel have sufficient experience and training to properly manage and supervise the subject paint installation or removal activities. Only those persons submitted and approved per this certificate shall be used to supervise installations and/or removals per this contract. An approved On -Site Supervisonshall be,present during all installation and removal activities. The installation or removal of paint markings without proper and/or ineffective supervision can be grounds for rejection of work and, if not corrected, suspension or cancellation of the contract. c. Certificate changes are allowable. If a change is necessary the contractor shall submit a revised certificate within 25 days of that change; or -before a pavement marking maintenance project that the change will become effective on is done. Revised certificates shall be submitted to the RTE, inspector and the Contract Officer for review and approval. This certificate shall be reaffirmed, updated and resubmitted if the contract is renewed or extended. 13. WORK SCHEDULE AND PLAN The contractor shall present and submit a possible preliminary work schedule and plan as described in Paragraph 5, Work Schedule. 14. TRAFFIC CONTROL The -contractor shall submit a copy of the Traffic Control Plan as described in Paragraph 6, Maintenance and Protection of Traffic. All irafiic control plans are subject to review and approval by the City. Project traffic control plans will be submitted, reviewed and approved prior to work taking place, 15 CONTRACT WORK ORDER(S) A.ND FIELD REPORTING The -work order procedures and field reporting requirements will be reviewed and discussed.. 15.1 Infection The City shall perform periodic inspections to ascertain contractors compliance With contract. requirements. 15.2 Work Acceptance Work shall be completed in a responsible and professional manner and in accordance with the specifications, schedules, test plans or performance and operating standards; which are incorporated in the work assignment. The Contract Administrator or Contract Administrator's representative shall notify the contractor, verbally and in writing of any deficiencies found within the contract limits. Sofidtition No: IFB.1"140—.goodyearazgov Page 59 of 71 16. WARRANTY FOR THE PAVETIENT MARKING PORTION OF THIS CONTRACT The Contractor warrants: That all services performed hereunder shall conform to the requirements,of this contract and shall be performed by qualified personnel in accordance with the highest professional standards. That all items furnished hereunder shall conform to the requirements of this contract and shall be free from defects in design materials and workmanship. The warranty period on pavement marking materials and workmanship from the date that they were installed shall be as follows: • All Waterbome Paint Markings — Six (6) Months • Thermoplastic and Profile Thermoplastic Long Line Markings — Two (2) Years • Thermoplastic Legend and Symbol Markings — a minimum of one year or the manufacturer's warranty period, whichever is longer. • Profile Pavement Markings — Two (2) Years • Preformed Short Line Tape = Two (2) Years These time periods will be termed, for the purpose of this contract, as the expected pavement marking life times. If there is any failure that can be attributable to failure of the materials and/or application as herein defined, the contractor, at no additional cost to the City, shall correct the problems through the removal.and/0r replacement of the faulty pavement markings. The warranty.shall cover that the pavement marking materials as applied in the field by the contractor shall perform, as intended for this period of time, without degradation that is directly, related to unsatisfactory performance of those materials and/or the installation of those materials. The specifications sections of this document contain additional definitions regarding unsatisfactory performance. The'Contractor agrees. that they will, at their own expense, provide all materials, equipment, labor and traffic control required to repair and/or replace any such defective workmanship and/or materials which become or are found to be defective during the terms of their warranty. The contractor shall guarantee the services to be supplied, comply with the requirements of the specifications. END OF SCOPE OF WORK NC: IFB 18-4140 1 w .9oodYeantz,9o' I Page 60 of 71 Office of Procurement Road '`'Litchfield P.O. Box 5100 Goodyear, AZ &5338 Gid ea� Scope of Work Phone: 623-882-7834 16. WARRANTY FOR THE PAVETIENT MARKING PORTION OF THIS CONTRACT The Contractor warrants: That all services performed hereunder shall conform to the requirements,of this contract and shall be performed by qualified personnel in accordance with the highest professional standards. That all items furnished hereunder shall conform to the requirements of this contract and shall be free from defects in design materials and workmanship. The warranty period on pavement marking materials and workmanship from the date that they were installed shall be as follows: • All Waterbome Paint Markings — Six (6) Months • Thermoplastic and Profile Thermoplastic Long Line Markings — Two (2) Years • Thermoplastic Legend and Symbol Markings — a minimum of one year or the manufacturer's warranty period, whichever is longer. • Profile Pavement Markings — Two (2) Years • Preformed Short Line Tape = Two (2) Years These time periods will be termed, for the purpose of this contract, as the expected pavement marking life times. If there is any failure that can be attributable to failure of the materials and/or application as herein defined, the contractor, at no additional cost to the City, shall correct the problems through the removal.and/0r replacement of the faulty pavement markings. The warranty.shall cover that the pavement marking materials as applied in the field by the contractor shall perform, as intended for this period of time, without degradation that is directly, related to unsatisfactory performance of those materials and/or the installation of those materials. The specifications sections of this document contain additional definitions regarding unsatisfactory performance. The'Contractor agrees. that they will, at their own expense, provide all materials, equipment, labor and traffic control required to repair and/or replace any such defective workmanship and/or materials which become or are found to be defective during the terms of their warranty. The contractor shall guarantee the services to be supplied, comply with the requirements of the specifications. END OF SCOPE OF WORK NC: IFB 18-4140 1 w .9oodYeantz,9o' I Page 60 of 71 Ah'% CITY OF GOODYEAR Office of Procurement 190 N.- Litchfield Road qW Unit P.O. Box 5100 Level U Level 'llt Goodyear, AZ 85338 WPM -LL -I Fee Schedule Phone: 623.882-7834 Goodyear $ $ For the purposes of determinine the lowest cost, the City will not take tax into consideration. However, bidders shall include all applicable state and local taxes on the tax line provided. The City will pay all applicable taxes. Taxes must be listed as a separate item on all invoices. State applicable tax rate: Quantities shown are for bidding purposes only and are not intended to indicate the actual quantities that may be required under this contract. Traffic Control will be paid for via applicable Items herein specified 1. PAVEMENT MARKING INSTALLATION AND/OR REMOVAL Category Waterborne -Paint Marldn'gs (W8M), Work Tv' e:!Lon Line No. Item No. Description Unit Level 1 Level U Level 'llt Level H WPM -LL -I 4" wide white line with Class 1 Paint & 8pounds of std. beads L. Ft. $ $ $ 2 WPM -LL -2 4" wide yellow line Class 1 Paint & 8 pounds of std. beads L. Ft. $ $ $ 3 WPM -LL -3 Marking Layout Hr. $ $ S *Category , `WaterboFne Paint Markings (WPM).' R�orkType. Short Line{SL)f _. -- . Line No. Item No. Description Unit Level I Level H Level III I WPM -SL -1 White Curb Painting With Glass Sq. S S S Beads includes preparation of surface Ft. 2 WPM -SL -2 Yellow Curb Painting With Glass Sq. S S S Beads includes preparadon of surface. Ft. 3 WPM -SL -3 Single Head Arrow Legend £a. S S S (15 wet mils, Class I Paint with 8 pounds .per gallon of beads 4 WPM-SL4 Two Headed Arrow Legend (IS wet Ea. S S S mils, Class I Paint with 8 pounds per gallon of beads 5 WPM -SL -5 Bike. Lane Symbol (15 wet mils, Class I Ea. S S S Paint with 8 pounds per gallon of beads) 6 WPM -SL -6 Single Letter Legend (15 wet mils, Ea. S S S Class I Paint with 8 pounds per gallon of beads) 7 WPM -SL -7 Marking Layout Hr. I S. $ $ Solidtation No: IFS 18-4140 1 w .goodyearaz.go I Page 61 of 71 ',,'' �. )/BCr CITY OF GOODYEAR Office Li Procurement 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Phone: 623-882-7834 Fee Schedule — -- 'category ,iTbecmoplastic Msrinrigs{THM)j Line No. _ VI'oek T ` e:`Lo ' Line�� '�dioca�lion '1Lh `. - Line No. ,Item No. Descri' tion Unit Level l Level 11 Level III I THM-LL-1 4" Wide by 40 roil. Thick White Line L. Ft. S S S L. Ft. S (Spray) I S 3 THM-SL-3 12" Wide b • 90 mil. Thick White Line 2 THM-LL -2 4" Wide by 40 mil. Thick Yellow Line L. Ft. S S S L. Ft. S- (spray) S 5 THM-SL-5 90 Mil. Tum Lane Arrow Symbol 3 THM-LL-3 12" Wide by 40 mil. Thick White Line L. Ft. $ S S Ea. S (spray) S 7 THM-SL-7 90 Mil. Combination Arrow Symbol 4 THM-LL4 4" Wide by 80 mil. Thick White Line L: Ft. S S' S Ea.. 'S Ribbon Extrusion S 9 THM-SL-9 90 Mil. Lane Drop Arrow Symbol 5 THM-LL-5 4" Wide by 80 mil. Thick Yellow Line L. Ft. S S S Ribbon Extrusion 6 THM-LL-6 6" Wide by 80 mil. Thick White Line L. Ft. S S S (Ribbon Extrusion With Premium Bead Blend 7 THM-LL-7 6" Wide by 80 mil. Thick Yellow Line L. Ft. S S S (Ribbon Extrusion With Premium Bead Blend) 8 THM-LL-8 12" Wide by 80 mil. Thick White Line L. Ft. -S S S Ribbon Extrusion 9 THM-LL-9 Application of Primer/Sealer L. Ft. S S" S 10 THM-LL-10 Raised Pavement Markers Ea. S S S 11 THM-LL-1 I Marking Layout and Installation of Hr. S 5 S Contractor Furnished Raised Marker Tabs, Per the MUTCD or Engineering Design Guidelines as directed by the City CategoryTh( rmoplistic 1Nnriuugs f Woik T "`e: Short Line (AI14t..ON Line No. Item No. Description Unit Level l Level Il ( Level III I THM-SL-1 6" Wide x. 2' Line by 90 mil. Thick White Line Ea. S S I S 2 THM-SL-2 6" Wide by 60 mil. Thick White Line L. Ft. S S I S 3 THM-SL-3 12" Wide b • 90 mil. Thick White Line L. Ft. S S S 4 THM-SL4 18" Wide by 90 mil. Thick White Line L. Ft. S- S S 5 THM-SL-5 90 Mil. Tum Lane Arrow Symbol Ea. S S I S 6 THM=SL-6 90 Mil. Straight Arrow Symbol Ea. S $ S 7 THM-SL-7 90 Mil. Combination Arrow Symbol Ea. 'S S S 8 THM-SL-8 90 Mil. U=Tum Arrow Symbol Ea.. 'S S S 9 THM-SL-9 90 Mil. Lane Drop Arrow Symbol Ea. S S S Sorldtation No: IFS 1SAW w .goodyearaz.gm Page 62 of 71 10 THM-SL-10 Office of Procurement Ea. CITY OF GOODYEAR 190 N. Lit_hfield Road I S 1 I P.O. Box 5100 90 Mil. Cross StreefSymbol Ea. Goodyear, AZ 85338 Goodyear Fee Schedule Phone: 623-882-7834 10 THM-SL-10 90 Mil. Bike Lane Symbol Ea. S S I S 1 I THM=SL -11 90 Mil. Cross StreefSymbol Ea. S S I S 12 THM-SL-12 Four Letter Legend (90 mil) Ea. S S I S 13 THM-SL-13 90 Mil Railroad Crossing Symbol Ea. S $ ( S 14 THM-SL-14 Single Letter Legend (90 mil) Ea. S S I $ 15 THM-SL-15 Marking Layout Hr. S S k S '16 THM-SL-16 Application of Primer/Sealer for any Width Line L. Ft. S $ $ 17 THM-SL-17 Application of Primer/Sealer for any Legend or Symbol Ea. S S $ _. CatThermoplesttc Ma�liings NYoikT e-1L6a `Line L `Onl Line No. Item No. Description Unit Level l Level tl I Level DI I PFTM-LL-1 4" Wide White Profile Thermoplastic L. Ft. N/A S S PMR -LL -2 Removal of PCCP cure compound for any symbol or legend Pavement Marking $ S I $ 1 2 PFTM-LL-2 4" Wide Yellow Profile S S S S PMR -LL -4 4" To 6" Wide Thermoplastic/Tape Line on AC Thermoplastic Pavement Marking L. Ft. N/A $ 5 3 PFTM-LL-3 Application of Primer/Sealer L. Ft. N/A S I $ 4 PFTM-LL-4 Marling Layout Hr. N/A $ I $ Note: The minimum quantity of any profile thermoplastic marking project should be at least 50,000 linear feet. This material will only be used in short line configurations. —Caiegory •,Removttls.in-d Surface Preparation (PNIR;Cr,SP)' Work6T e, Lo6kLine L v Line No. Item No. Description Unit Level I Level 11 Level III 1 PMR -LL -1 Removal of PCCP cure compound for any width line L. Ft. S S $ 2 PMR -LL -2 Removal of PCCP cure compound for any symbol or legend Ea. $ S I $ 3 PMR -LL -3 4" To 6" Wide Thermoplastic/Tape Line on PCCP L. Ft. S S $ 4. PMR -LL -4 4" To 6" Wide Thermoplastic/Tape Line on AC L. Ft. S S $ 5 PMR -LL -5 4" To 6" Wide Paint. Line on PCCP L. Ft. S S $ 6 PMR -LL -6 4" To 6" Wide Paint Line on AC L. Ft. $ S. S 7 PMR -LL -7 4" To 6" Wide Epoxy Line on PCCP L. Ft. $ $ S 8 PMR -LL -8 4""To 6" Wide Epoxy Line on AC L. Ft. $ S $ -So6dtation No: IF8 164140 1—.goedyear .gov 1 Page 63 of 71 9 CITY OF GOODYEAR Office of Procurement 190N. Litchfield Road ','' S P.O. Box 5100 Goodyear, AZ 85338 S GOOdytOr Fee Schedule Phone: 623-882-7834 9 PMR -LL -9 Pavement Surface Blending Sq. Ft. S S S 10 PMR -LL -10 Surface Preparation 6" To 12" 'Wide L. Ft. S S S S S Line an width line I I PMR -LL -11 Asphalt Slurry Seal Type 11— Sq. S S S S S Obliterated Road Marking Sealant Yd. any symbol or legend AG Section 46n')' PMR -SL -3 4" To 6" Wide Thermoplastic/Tape L. Ft. S Category:'=ltcmova ls'snd Suifece Pr eparation�(PMR'or SP.) :.Worlc.T *. She ---,v a SL�h'-- Line No. Item No. Description Unit Level I Level H Level III 1 PMR -SL -1 Removal of PCCP cure compound for L. Ft. $ S S an width line 2 PMR -SL -2 Removal of PCCP cure compound for Ea. S S S any symbol or legend 3 PMR -SL -3 4" To 6" Wide Thermoplastic/Tape L. Ft. S S S Line on PCCP 4 PMR-SL4 4" To 6" Wide Thermoplastic/Tape L. Ft. S $ S Line on AC 5 PMR -SL -5 4" To 6" Wide Epoxy Line L. Ft. S S S 6 PMR -SL -6 Thermoplastic/Tape/Epoxy Legend (1 Ea. S S S Letter) 7 PMR -SL -7 Thermoplastic/fapetEpoxy Symbol Ea. S S $ 8 PMR -SL -8 Painted Legend (I Letter) Ea. S S $ 9 PMR -SL -9 Painted Symbol Ea. S S S 10 PMR -SL -10 Surface Preparation 4" To 6" Wide L. Ft. $ S S Line 11 PMR -SL -t l Surface Preparation Symbol Ea. S S S 12 PMR -SL -12 Surface Preparation Legend (1 Letter) Ea. $ $ S 13 PMR -SL -13 Asphalt Slurry Seal Type 11— Sq. $ S $ Obliterated Road Marking Sealant Yd. MAG Section 460.2 ' `Cat o Tr'sffirContral' . —. WorkiTor aBtWork Itines;� Line No. Item No. Description Unit Unit Price 1 I TGl Law Enforcement Officer with Vehicle Hr. I $ Soitdaibn Na iFB 1&4140 1 w ,goodyear .gw I Page 64 cf 71 2. Contractor Licensine Requirements: Bid shall comply with all statutes and rules of the State of Arizona and Registrar.of'Contractors. In accordance with A.R.S. § 32-1151, and -unless otherwise exempted by A.R-S.,§ 32-1151, Bidder should have the correct class of license as required by the Registrar of Contractors for the work specified, prior to submission of a bid. The Bidder certifies possession of the following license: Licensed Contractor's Name: Class: License Number: 3. Delivery: 4. Type: Expiration: Bidder states that the item(s) will be delivered within delivery schedule shall include any time for shipping. Emeraencv Twenty -Four Hour Service Contact Name Telephone Number Alternate Contact Telephone Number calendar days after receipt of order. This Soacitation No: IM 18-4140--goodyearaz.gov Page 65 of 71 Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road ',V,' P.O. Box 5100 "�_ Goodyear, AZ 85338 "L u ti PRVd °Gr Fee Schedule Phone: 623-882.7834 2. Contractor Licensine Requirements: Bid shall comply with all statutes and rules of the State of Arizona and Registrar.of'Contractors. In accordance with A.R.S. § 32-1151, and -unless otherwise exempted by A.R-S.,§ 32-1151, Bidder should have the correct class of license as required by the Registrar of Contractors for the work specified, prior to submission of a bid. The Bidder certifies possession of the following license: Licensed Contractor's Name: Class: License Number: 3. Delivery: 4. Type: Expiration: Bidder states that the item(s) will be delivered within delivery schedule shall include any time for shipping. Emeraencv Twenty -Four Hour Service Contact Name Telephone Number Alternate Contact Telephone Number calendar days after receipt of order. This Soacitation No: IM 18-4140--goodyearaz.gov Page 65 of 71 The city will utilize the following pricing scenario as a means of determining the lowest responsive and responsible bidder. Please make sure that pricing Hsted'below Is the same price listed above in the fee schedule. -—.eITEMBID+PRICING''- CITY OF GOODYEAR Office of Procurement h.li 190 tchfield eldRoad �,,'' UNrr( P.O. Box 5100 _DESCRIET[ON,. Goodyear,'AZ 85338 CM00 ar Fee Schedule Phone: 623-882-7834 The city will utilize the following pricing scenario as a means of determining the lowest responsive and responsible bidder. Please make sure that pricing Hsted'below Is the same price listed above in the fee schedule. -—.eITEMBID+PRICING''- i UNIT"" QTY'! UNrr( },TOTAL, _DESCRIET[ON,. PRICE WPM -LL -1 4" wide white line with Class 1 L. Ft. 1.000 Paint & 8 pounds of std. beads WPM -LL -3 Marking Layout Hr. _ 40 WPM -SL -3 Single Head Arrow Legend (15 wet Ea- 15 mils, Class I Paint with 8 pounds I per gallon of beads) - THM-LL-4 4" Wide by 80 mil. -Thick White L. Ft. 1,000 Line (Ribbon Extrusion THM-SL-5 90 mil. Turn Arrow S' bol Ea. 15 PFTM-LL-4 Marking Layout Hr. 20 THM-SL-3 12" Wide by 90 mil. Thick White L. FL 250 Line PTM-LL-2 4" Wide Yellow Profile Thermoplastic L. Ft. 1,000 Pavement Markin PMR -LL -5 4".to 6" Wide Paint Line.on PCCP L. Ft. 500 WPM -SL -1 Yellow Curb Painting With Glass Sq. Ft. 250 Beads Total So6ritation Nc: IFB 184140 I- w .goodyeaw.gov I Page 66 of 71 A. Date Contract No. Work Order No. Contractor Temperature at Stan Temperature at End B. Type of Activities Paint / Thermoplastic / Epoxy / Preformed Tape / Removal/Preparation Street Name. From to Street Direction Street Street to Street Direction Other Location Reference (cross streets.Tls) C. Description of Work Done (edgeline, lane lines, centerlines, curbs, crosswalks, stop bars, legend, -arrows): D. Equipment Used (long line paint truck, hand cart, etc.): solicitation No: IFB 18-4140 1 w .goodyear gov I Page 68 of 71 CITY OF GOODYEAR Office Li Procurement 190 N. Litchfield Road h00� P.O. Box EXHIBIT 1(SkMPLE) 85 Goodyear, AZ 85338 a..o� Good ear Sample.Daily Work Quantities Report Phone: 623-882-7834 A. Date Contract No. Work Order No. Contractor Temperature at Stan Temperature at End B. Type of Activities Paint / Thermoplastic / Epoxy / Preformed Tape / Removal/Preparation Street Name. From to Street Direction Street Street to Street Direction Other Location Reference (cross streets.Tls) C. Description of Work Done (edgeline, lane lines, centerlines, curbs, crosswalks, stop bars, legend, -arrows): D. Equipment Used (long line paint truck, hand cart, etc.): solicitation No: IFB 18-4140 1 w .goodyear gov I Page 68 of 71 ','' CITY OF GOODYEAR ment Office of Litchfield Road 190 N. Litchfield Road Manufacturer/Lot # Gallons of Yellow Paint P.O. Box 5 100 Type and Pounds of Glass Beads �(L EXHIBIT I SAMPLE I(SAMPLE) Goodyear, AZ 85338 85 Good year Sample Daily Work Quantities Report Phone: 623-882-7834 E. Materials Used: Manufacturer/Lot # Gallons of White Paint Manufacturer/Lot # Gallons of Yellow Paint Manufacturer/Lot # Type and Pounds of Glass Beads Manufacturer/Lot # 50 lb Bags of White Thermo (Hydro) Manufacturer/Lot # 50 lb Bags of Yellow Thermo (Hydro) Manufacturer/Lot # Type and Pounds of Glass Beads Manufacturer/Lot # 50 Ib Bags of White Thermo (Alkyd) Manufacturer/Lot # 50 Ib Bags of Yellow Thermo (Alkyd) Manufacturer/Lot # Linear Feet of PCCP. Cure Removed Gallons of Primer for Thermo Used Manufacturer/Lot # No. of Legend/Symbol PCCP Cure Removed Gallons of Epoxy ManufacturerfLot # Type and Pounds of Glass Beads Manufacturer/Lot # Gallons of Contact Cement Used Manufacturer/Lot # Gallons of Primer Used Manufacturer/Lot # Transverse Tape Placed (SQ. FT.) ManufacturerfLot # Legends Placed (each) Manufacturer[Lot # Symbols Placed (each) Manufacturer/Lot # Other Manufacturer/Lot # Other Manufacturer/Lot # Other Manufacturer/Lot # Soacitaaon No: IFB 18-4140 1 w .goodyearm.gov I Page 69 of 7.1 _ _ CITY OF GOODYEAR Office Li Procurement 190 Road �r����771 Quantity References/Counter Reading/Calculations P.O.Litchfield P Box Z 85 Goodyear, AZ 85338 EXHIBIT 1 SAMPLE Gpp� r Sample Daily Work Quantities Report Phone: 623-882-7834 F; On Roadw# Quart ity Calculations No. Item No. Location Reference Quantity References/Counter Reading/Calculations Totals/Units. I 2 3 4 5 6 7 8 9 10 J. Comments: BUe:addihonalsheets as neces . - TratSdGonttolsislto,be re orted;onlas -state rL _ _ Contractor Signature DATE COG Inspector Signature DATE Solidtation No: IFS 18-4140 1 vnnv.goodyearaz.gov I Page 70 of 71 '' A6: CITY OF GOODYEAR Office of Procurement Contact: 190 N. Litchfield Road Phone: P.O. Box 5 0 00 EXHIBIT2 n,ar Ca00d r References Goodyear.AZ Phone: 623-882-7834 Please list a minimum of three (3) references from clients similar to the Citv of Goodvear whom the City may contact: 1. Company: OF CASA .G Contact: NDAo Ap. Phone: Address: 510 Description of Work: PAS ;46 MA 7 Annual Value: § �oU 000 2 Company: rJ FCOCI Lr Contact: M A aL? 114 M I" Address: S Description of work: A A/t1E&AAL- /l..EE-fS 'P �-AAlL41-1 r16 A,14) 51 4 .t A6�6 Annual Value: 750 0 3. Company: CS A -v Contact: `` J EM Phone: 692-37 - 56 Address: �1 W. SHE&MA,J SY9� S3 Description of Work: 4aVE E /11=1r1� Annual•Valuc: 1 Zoo 000 Solicitation No: IFB 184140 1 vmw.gootlyearaz.gov I Page 71 of 71 0!L%C1 ,4A _ Pavement Marking Services — Installation/Removal Solicitation Amendment 1 is hereby issued as a result of questions received regarding the above mentioned solicitation. Due Date has been changed to February 1, 2018, at 3:00 pm (Arizona Time) CLARIFICATION: Page 25, on item #1'; Delete. 1. SCOPE OF WORK The purpose of this Invitation for Bid is to enter into.a contract to perform removal and/or installation of pavement marking on or about February 1, 2018..The Engineering Department desires to retain quailed contractor(s) for the supplying, installing and/or'removirig of paint; thermoplastic, and profile thermoplastic, as required, at various locations citywide as ordered by the City in accordance with these specifications and the provisions contained in this ImAtation for Bid (IFB). . Replace with: 1. SCOPE OF WORK The purpose of this Invitation for Bid is to enter into a contract to perform removal and/or installation of pavement marking on or about March 1, 2018. The Engineering Department desires to retain qualified contractor(s) for the supplying, installing and/or removing of paint and thermoplastic, as required, at various locations citywide as ordered by the City in accordance with these specifications and the provisions contained in this Invitation for Bid (IFB). Page 26 under item 4. Work details delete category number 3. 3. Profile thermoplastic Markings (PFTM) Pages 45 to 49, delete item 4.5 4.5 PROFILE THERMOPLASTIC MARKINGS (PFTM) Description The work under the profile thermoplastic pavement marking installation items shall, consist of cleaning, furnishing and applying the markings to the prepared pavement as required herein and in accordance with the manufacturers' specifications. 4.5:1 Material Requirements All materials shall be properly packaged and stored and shall have accurate package markings that define the manufachrrer, batch number and date of manufacture. Additionally, the material type and formulation shall be distinctively shown on each container. Material Safety Data Sheets (MSDS) and manufacture application requirements shall be attached to pallets or groups of materials as appropriate. All formulations shall be as required by the manufacturer for the application equipment to be used by the contractor and per the specified requirements of, these specifications. Only those thermoplastic fornulations.that are specifically designed for use as a profile marking system that can,be applied on an asphaltic roadway in the Arizona desert in the summer time are to be used. A current listing of approved profile thermoplastic material manufacturers is listed on the Arizona Department of Transportation Approved Products List Page 1 of 11 ( Solicitation Amendment No. 1 Office of?rocurement ®I 190.N. Litchfield Road Solicitation No. 18 4140 P.O. Solicitation Due Date: 2/1/2018 Goodyyearear,, 85 AZ 85334 Phone: 623-882.7833 Goodyear Time: 3:00 pm (Arizona Time) Pavement Marking Services — Installation/Removal Solicitation Amendment 1 is hereby issued as a result of questions received regarding the above mentioned solicitation. Due Date has been changed to February 1, 2018, at 3:00 pm (Arizona Time) CLARIFICATION: Page 25, on item #1'; Delete. 1. SCOPE OF WORK The purpose of this Invitation for Bid is to enter into.a contract to perform removal and/or installation of pavement marking on or about February 1, 2018..The Engineering Department desires to retain quailed contractor(s) for the supplying, installing and/or'removirig of paint; thermoplastic, and profile thermoplastic, as required, at various locations citywide as ordered by the City in accordance with these specifications and the provisions contained in this ImAtation for Bid (IFB). . Replace with: 1. SCOPE OF WORK The purpose of this Invitation for Bid is to enter into a contract to perform removal and/or installation of pavement marking on or about March 1, 2018. The Engineering Department desires to retain qualified contractor(s) for the supplying, installing and/or removing of paint and thermoplastic, as required, at various locations citywide as ordered by the City in accordance with these specifications and the provisions contained in this Invitation for Bid (IFB). Page 26 under item 4. Work details delete category number 3. 3. Profile thermoplastic Markings (PFTM) Pages 45 to 49, delete item 4.5 4.5 PROFILE THERMOPLASTIC MARKINGS (PFTM) Description The work under the profile thermoplastic pavement marking installation items shall, consist of cleaning, furnishing and applying the markings to the prepared pavement as required herein and in accordance with the manufacturers' specifications. 4.5:1 Material Requirements All materials shall be properly packaged and stored and shall have accurate package markings that define the manufachrrer, batch number and date of manufacture. Additionally, the material type and formulation shall be distinctively shown on each container. Material Safety Data Sheets (MSDS) and manufacture application requirements shall be attached to pallets or groups of materials as appropriate. All formulations shall be as required by the manufacturer for the application equipment to be used by the contractor and per the specified requirements of, these specifications. Only those thermoplastic fornulations.that are specifically designed for use as a profile marking system that can,be applied on an asphaltic roadway in the Arizona desert in the summer time are to be used. A current listing of approved profile thermoplastic material manufacturers is listed on the Arizona Department of Transportation Approved Products List Page 1 of 11 Solicitation Amendment No. i I Office of Procurement 190 N. Litchfield Road Solicitation No..18-4140 P:O. Boz 5100 f 5338 Solicitation Due Date: 2/112018 Goodyear. AZ Goodyear I Phone: 6238322-783-783 Time: 3;00 pm (Arizona Timej The profile pavement markings will typically be place&over existing pavement markings- The starting and stopping points for the new lines over the existing fines shall not vary more than two (2j Inches lengthwise and not more than 1/2 inch on the width. Each material has its specific applicafion temperature requirements. The material's manufacturer's recommendation regarding these temperatures shall be followed at all times. The ,profile thermoplastic markings, after application to the roadway surface, shall, be to the specified thickness within the following tolerances. 60 mil base line +/- 8 mils 500_mil bump (includes base line) +/- 80 mils If the thickness and/or shape of the applied markings are not conforming to the requirements of the specifications within acceptable, parameters, all marking: operations shall stop. Corrective action shall immediately be taken (e.g. adjusting application speed and/or flow sittings) to ensure that the proper thickness and shapes are being achieved. The exact configuration of the thermoplastic bump shall be per the- manufacturer's recommendations: However, as a minimum, the bump shail,be at least 5-1/2 inches wide (on a six inch wide stripe) and Trot less than one inch tong, perallel with the direction of vehicle travel. The nominal height of the bump shall always be one half inch_ The bumps shall be placed at 16 inch 1) inch intervals as measured between the centers of the bumps;along the six inch wide profile edge or centerlines. Applying thermoplastic at the proper. application temperature: (350 degrees F. plus) shall be maintained at all times. ,Improper application. temperatures will result'In. bond failure. Exact application temperatures, within the allowed limits of 350 degrees F and 460 degrees F., shall be per the, manufacturees- recommendations. Total heating time for any batch of material shall not exceed.six hours. The no track and drying times shall be accounted for in all traffic control plans. Traffic shall not be allowed on any profile -thermoplastic marking until it has reached no track and is fully dry (or • cooled). No track and dry time isthatlapsed time that is required for the markings, as applied in the field with glass beads, not to splash, track or deform when. runover with -a vehicle tire. The contractor will be responsible for all claims for markings splashed,on vehicles arising from the ,contractors operations. Cones shall be utilized to protect the .applied markings until they ,sufficiently dry to receive traffic. Theprofile of thermoplastic reftectorized pavement marking material shall.consist of.a 100%, solid mixture of heat stable resins white or yellow pigment, inter -mixed glass beads, filler, and other materials in granular or block form specifically compounded for as a ;profile type of pavement markings system. The characteristics of the molten liquefied material shall be such that complete and even coverage of specified width and thickness as a line with a raised -rib pattern (profile or bump) at the'specified thickness, width and configuration can be consistently achieved within the given tolerances- Upon cooling to normal pavement temperature, this material shall produce an adherent reflectorized marking of the specified pattern that is capable of resisting deformation and wear by a roadway environment Page 2 of 11 s ®,, ®�' Solicitation Amendment No. 1 Office of Procurement 140 N, Litchfield Road. �t ( Solicitation No. 18-4'40P.6. Box 5100 AZ 85338 Solicitation Due Date: 2/1/2018 I Goodyear, - Goodyear Phone: 6238822-783-783a 8 Time: 3:00 pm (Arizona Time) The profile pattern shall be such that it produces easily recognizable vibration and sound in vehicles as they drive over the applied markings at highway speeds. Only those profile thermoplastic products which have been specifically designed to operate as a longitudinal rumble strip'system and have also been subjected to numerous road tests and have a proven history of successful performance shall be offered. 4.5.2 Composition Requirements The profile thermoplastic composition shall generally conform to the following requirements: Binder (hydrocarbon or alkyd) White Pigment Yellow Pigment Reflective glass inter -mix beads Percent by Weight White Yellow 15 min. 15 min. 8 min. — — 2 min. 20 min. 20 min. The ingredients of the thermoplastic composition shall be thoroughly mixed and in a solid block or free flowing granular forth. 'The material shall readily liquefy when heated in a melting apparatus into a uniform solution. This solution shall be free from all skins, dirt, foreign objects or any other ingredient which would cause bleeding, staining, blotting, staining or discoloration when applied to thebituminous or concrete pavement surfaces. 4.5.3 Filler The filler shall be a white calcium carbonate or equivalent filler with a eompiessive strength of at least 5,000 pound per square inch. 4.5.4 White Pigment The white pigment shall be Titanium dioxide and shall conform to the requirements of ASTM D- 476 for Type 11 (g2 percent). The formulation shall have a minimum of 8% by weight of Titanium dioxide. 4.5.5 Yellow Pigment The yellow pigment shall be as speed by the manufacturer. 4.5.6 Physical Characteristics of the Composition The profile thermoplastic material shall not give off fumes which are toxic.. injurious or require specialized breathing apparatus when heated to the temperature range specified by the manufacturer for application. The material shall remain stable. when held for four hours at this temperature, or when subjected to four reheatings, not exceeding a total of four hours, after cooling to ambient temperature. The temperature viscosity characteristics of the plastic material shall remain constant throughout the reheatings and shall show like characteristics from batch to batch. There shall be no obvious change in color of the thermoplastic material as a result of reheating, and the color of the material shall not vary from batch 4o batch. Page 3 of 11 * Solicitation Amendment No. 1 Office ofProcurement O1% 190 N. Litchfield Road P.O. Box 5100. Solicitation No. 18-4140 Solicitation Due Date: 2/1/2018 Goodyear, AZ 85338 ��^Dad i 'Q Phone: 623-882-7834 W Time: 3:00 pm (Arizona Time) 4.5.7 Color The thermoplastic material, after heating for four hours +/ -five minutes at 425 +/- 3 degrees F and cooled to 77 +/- 3 degrees F., shall meet the following: -White- daylight reflectance at 45 degrees - 0 degrees shall be 70 percent minimum. -The color shall match Federal Test Standard Number 595, color chip no. 17925. -Yellow - daylight reflectance at 45 degrees - 0 degrees shall be 43 percent minimum. -The color shall match Federal Test Standard Number 595; color chip no. 13538. 4.5.8 Abrasion. Resistance The maximum loss of thermoplastic material during the abrasion resistance test herein specified shall be 0.5 grams. The abrasion resistance of the thermoplastic material shall be determined by forming a representative lot of the material at a thickness of 0.125 inch on a four inch square monei panel (thickness 0.050 = +/- 0.001 inch), on which a suitable primer has been previously applied, and subjecting it to 200 revolutions on a Taber Abraser at 25 degrees C.,. using H-22 calibrated wheats weighted to 250 grams. The wearing surface shall be kept wet with distilled water throughout the test. 4.5.9 Flash Point The thermoplastic material shall have a flash point not less than 475 degrees'F. when tested in accordance with the requirements of ASTM D92 "Flash and Fre Points by Cleveland Open Cup." 4.5.10 Inter -Mix Glass beads The inter -mix beads shall be coated or uncoated and conform to AASHTO M247-81 (1986) type I or other suitable specified glass bead. The use or non-use of coatings shall be left to the discretion of the manufacturer. If non -coated beads are used, the thermoplastic, formulation shall be configured to minimize settling of the Intermixed beads when the material is heated and applied. 4.5.11 Demonstration The contractor shall verify to the City's satisfaction (e.g., test application), at a location off the project site the ability to place the profile thermoplastic material as specified before being allowed to place.the markings on any mainline highway. The contractor shall be responsible for all preparatory and cleanup work in conjunction with the off-site verification as well as for the applications of the markings on the highway. The demonstration shall be repeated until the City is satisfied that the work can be done as specified. Only one color needs to be demonstrated. 4.5.12 Drop -On Reflective Glass Beads In addition to incorporating glass beads in the thermoplastic mix, glass beads shall be evenly applied to the surface of the molten material immediately after its application at a uniform minimum rate of 10 pounds of glass beads per 100 square feet of line or marking area (e.g. 150 linear feet of four inch line). The glass bead shall conform.to the applicable requirements of ADOT Standard Specification Subsection 708-2.02 unless a different type and:gradation is recommended by the profile thermoplastIc manufacturer. Page 4 of 11 Page 63 in the Fee Schedule, delete Category: Profile Thermoplastic markings (PFTM) Work Type: Long. Line (LL) Only Category: Profile Thermoplastic Markings (PFTM) Work Type: Long Line (LL) Only Nce Solicitation Amendment No. 1 Office of Procurement 5I Level 190 N. Litchfield Road 414410 P.O. Box 5100 Solicitation No. 18-4140 G�o/t r Solicitation Due Date: 2/112018 Goodyear, AZ 2-783 Phone: 623582-7834 Time: 3:00 pm (Ahiona Time) Page 63 in the Fee Schedule, delete Category: Profile Thermoplastic markings (PFTM) Work Type: Long. Line (LL) Only Category: Profile Thermoplastic Markings (PFTM) Work Type: Long Line (LL) Only Nce tem No. Description Unit Level 'L I'eI Level I 1 PFTM LL 1 " Wide White Profile Thermoplastic Pavement Marking PFTM LL -Z Mariwci a Yellow Profile Thermoplastic PavementII L. Ft. NIA 3 PFTM-LL-3Fkpplication of Primer/Sealer $ ®PFTM-LL4 arking Layout Hr. N/A ®� Page 66 delete the following description above the pricing scenario: The city will utilize the following pricing scenario as a means of determining the lowest responsive and responsible bidder. Please make sure that pricing listed below is the same price listed above In the fee schedule. Replace with: The city will utilize the following pricing scenario as a means of determining the lowest responsive and responsible bidder: Please make sure that pricing listed below is the same price listed above in the fee schedule. Level 1 pricing will be used for the purpose of this pricing scenario. See Revised Fee Schedule - QUESTIONS AND RESPONSES: Question 1- Can Alkyd thermoplastic material be used for all thermoplastic markings? Hydrocarbon is currently uncommon. Response 1: Yes. Alkyd thermoplastic can be used for all thermoplastic. Question 2: A monetary minimum work order will be $5,000.00? (Page 27) Response 2: Yes, the minimum order will be over $5 000.00 Question 3: Can items be submitted as 'no bid" or must all items be bid? Response 3: The bid will be awarded on "all or none" basis. Question 4: All PMR items are removal or surface preparation items regardless of if they have the words remove or not correct? Response 4: Correct, all PMR items are removal or surface preparation. Question 5: Is there a minimum requirement for your asphalt slurry seal type II bid item? There were no bid specifications on this item. Response 5: Type II slurry seal shall be provided per Section T15 of the Maricopa Assocation of Governments Uniform Standard Specifications and Details for Public Works Construction. Page 5 of 111 II ®1®® Solicitation Amendment No. 1 I Office of Procurement 190 N. Utchfeld Road Hr. P.O. Box Solicitation No. 18-4140 Goodyear Solicitation Due Date: 2/112018 Z5100 Goodyear, 85 338 Phone: 62388 822-783-783 4 Roric Massey, City Attorney Time: 3:00 pm (Arizona Time) Question 6: Does the City intend to make the Law Enforcement Officer item a force account bid item since the City receives a reduced rate? Response 6: The fee schedule will reflect the following changes: Replace with: 1 TC -1 Uniformed off-duty law enforcement officers with Hr. $55.00 B %X By: PD vehicles_ (Goodyear Officers are preferred if Ja ue Behrens,PPB Roric Massey, City Attorney available. Rate should be calculated at $55.00 r hour. No other terms, conditions, or performance standards written or implied are changed Procurement Officer. Dora Chavez City of Goodyear roved, as to form B %X By: 1 I I �i a� •r' J Ja ue Behrens,PPB Roric Massey, City Attorney Acknowiedaement by Contractor Contractor hereby acknowledges receipt and understanding of the above amendment. Contractor shall sign and return with their submittal. Page 6 of 11 For the purposes of determining the lowest cost, the City will not take tai into consideration. However, bidders shall include all applicable state and local taxes on the tax line provided The. City will pay all applicable taxes. Taxes must be listed as a separate item on all invoices. State applicable tax rate: % Quantities shown are for bidding purposes only and are not intended to indicate the actual quantities that may be required under this contract. Traffic Control will be paid for via applicable ltem"s herein specified 1. PAVEMENT MARKING INSTALLATION AND/OR REMOVAL Category: Waterboiae Paint Maridngs (WPM) Work e: Long Line L Line No. Office of Procuremen Description CITY OF GOODYEAR 190 N. Litchfield Road Level 11 ( Level III P.O. Box 5100 WPM -LL -1 4" wide white line with Class I Paint & 8 pounds of std. beads Goodyear, AZ 85338 $ REVISED Fee Schedule Phone: 623-682-7834 For the purposes of determining the lowest cost, the City will not take tai into consideration. However, bidders shall include all applicable state and local taxes on the tax line provided The. City will pay all applicable taxes. Taxes must be listed as a separate item on all invoices. State applicable tax rate: % Quantities shown are for bidding purposes only and are not intended to indicate the actual quantities that may be required under this contract. Traffic Control will be paid for via applicable ltem"s herein specified 1. PAVEMENT MARKING INSTALLATION AND/OR REMOVAL Category: Waterboiae Paint Maridngs (WPM) Work e: Long Line L Line No. Item No. Description I Unit Level I Level 11 ( Level III I WPM -LL -1 4" wide white line with Class I Paint & 8 pounds of std. beads L. Ft. $ $ $ 2 WPM-LI,2 4" wide yellow line Class 1 Paint & 8 pounds of std. beads L. Ft. $ $ $ 3 WPM -LL -3 Marling Layout Hr. $ $ $ Category: Waterborne Paint Markings (WPM) Work Type: Short Line (SL) Line No. Item No. Description Unit Level I Level U Level U] I WPM -SL -1 Whitc Curb Painting With Glass Sq: $ $ $ Beads includes p tion of surface Ft. 2 WPM -SL -2 Yellow Curb Painting With Glass Sq. $ S $ Beads includes preparation of surface. Ft. 3 WPM -SL -3 Single Head Arrow Legend Ea. $ $ S (15 wet mils, Class I Paint with 8 I ands lon of beads 4 WPM -SL -4 Two Headed Arrow Legend (15 wet Fa. $ $ S mils, Class I Paint with 8 pounds per gallon of beads 5 WPM -SL -5 Bike Lane Symbol (15 wet mils, Class I Ea. $ S $ Paint with 8 pounds per gallon of beads) 6 WPM -SL -6 Single Letter Legend (15 wet mils, Ea. $ $ $ Class I Paint with 8 pounds per gallon of beads) 7 WPM -SL -7 Marling Layout Hr. Is $ $ SoOdlaon Na IF6 164140 1 wW W.goodyeal gov I Page 7 of 11 ,�®I CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road I Descri tion Unit P.O. Box 510038 Level III ' I Goodyear, AZ 853 Goodyear I REVISED Fee Schedule 1 Phone: 623-882-7834 Category: Thermoplastic Mnrkings (THhl) I Work Type: Short Line (.41kvd Only) (SL) Line No. I Item No. I Descri tion Unit 1 Level 1 I Lejcl 11 Level III ' I TIM -SI --1 16 Wide +2' Linc by 90 mil -Thick White Linc En, S S I r 1 '- ' 'rH\I-SL-2 16' Wide by 60 mil. Thick White Line L. Ft. I S i S S j�� I THM-SL-3 12" Wide b3,90 mil. Thick White Line I L. Ft. I S I S S 4 f THIN-SLJ 118" Wide by 90 mil. Thick White Line I L. Ft- S S S — 5 THM-SL-S 90 Mil. Tum Lane Arrow Svmbol Ea. S S i S 6 THAI -SL -6 190 Mil. Stmigltt Arrow SymlbolI Ea. ( S 1 S 5 7 THlvl-Si: 7 190 Mil. Combination Arrow Symbol 1 Ea. S I S ; .S 3 S 1 THM-SL-S '90 Mil. U -Tum Arrow Symbol Ea. S 1l S 1 S 9 THAI -SL -9 190 \9i1. L:nc Drop Arrow Symbol Ea. 13 S ( S 10 THM-Sl..-10 190 — 51, TII\t-SI_-I 1 Mil: Rile Lane Svmhol 190 Mil. Cross Street Symbol Ea. 1 Ea. 1 S 1 S 1 S f S S S 1 12 THM-Sl. 12 !Pour Letter Legend i.90 mil) Ea. S , I3 + THM-Si: 13 90 Mil Railroad Crosse Symbol 1 Ea. 5 I S S i 14 THINI-SL-1.1) i Single Letter Legend (90 nail) 1 Ea. S R S 1 S 1TH\I-SL-IS 1\Iarkine Layout Hr. 13 S 1 !_ 5 j 16 TH\I-SL-16 Application of Pnmer,'Sealer fo- any I Width Line L. Ft. i S i S I $ 17 TI -LM -SL -1 7 I Application of Primer/Sealer for anv I Legend or Symbol Ea. I $ i S I S Note: The minimum quantity of any profile thermoplastic marlang project should be at least 50,000 linear feet. This material will only be used in short line configurations. So1ioWon No: IFS 18-1140 1 v .goodywe gov I Page 8 cr 11 t Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road P.O. Bax 5100 -- — Goodyear, AZ 85338 REVISED Fee Schedule Phone: 623-882-7834 Category: Removals and Surface Preparation (PMR or SP) Work e• Long Line LL Line No. Item No. Description Unit I Level I' Level II 1 Level III I PMR -LL 1 Removal of PCCP cure compound for any width line L. Ft. S $ is 2 PMR -LL -2 Removal of PCCP cure compound for any symbol or legend Ea S S i S 3 PMR -LL -3 4" To 6" Wide Thennoplastic/fape Line on PCCP L. Ft. S S I $ 4 PMR -LL -4 4" To 6" Wide Thermoplastic/Tape Line on AC L. Ft. $ $ S 5 PMR -LL -5 4" To 6" Wide Paint Line on PCCP L. Ft. S S' I S 6 PMR -LL -6 4" To 6" Wide Paint Line on AC L. Ft. $ S $ 7 PMR -LL -7 4" To 6" Wide Epoxy Linc on PCCP L. Ft. $ $ $ 8 PMR -LL -8 4" " To 6" Wide Epoxy Line on AC L. Ft. $ $ I $ 9 PMR -LL -9 Pavement Surface Blending Sq. Ft. $ $ $ 10 PMR -LL -10 Surface Preparation 6" To 12" Wide Line L. Ft. $ $ S 11 PMR -LL -1 l Asphalt Slurry Seal Type ❑ — Obliterated Road Marking Sealant (MAG Section 460.2 Sq. Yd. S S S Category: Removals and Surface Preparation (PMR or SP) Work T • Short Line SL Line No. Item No. Description I Unit Level 1 Level II 1 Level III 1 PMRSL-1 Removal of PCCP curt compound for any width line L. Ft. S S S 2 PMR -SL -2 Removal of PCCP cure compound for any symbol or legend Ea. $ $ S 3 PMR -SL -3 4" To 6" Wide Thennoplastic/rape Line on PCC? L. Ft. $ $ $ 4 PMR -SL -4 4" To 6" Wide Thermoplastic/Tape Line on AC L. Ft. $ $ S 5 PMR -SL -5 4" To 6" Wide Epoxy Line L. Ft. $ $ S 6 PMR -SL -6 Thermoplastic/Tape/Epoxy Legend (1 Letter) Ea. $ S S 7 PMR-SLr7 Thamoplastic/fapetEpoxy Symbol Ea. S $ $ 8 PMR -SL -8 Painted Legend (I Letter) Ea $ $ $ 9 PMR -SL -9 Painted Symbol Ea. $ S $ 10 PMR -SL -10 Surface Preparation 4" To 6" Wide Line L. Ft. $ S $ Solicitation No: IF318-4140 1 v .goodyearazgov I Page 9 o 11 I1 PMR -SL -11 Office of Procurement ®® CITY OF GOODYEAR 190 N. Litchfield Road �® PMR -SL -12 P:O. Boz 5100 Ea. $ Goodyear, AZ 85338 Goodyear REVISED Fee Schedule Phone: 623-882-7834 I1 PMR -SL -11 Surface Preparation Symbol Ea. $ $ $ 12. PMR -SL -12 Surface Preparation Legend (I Letter) Ea. $ Is I $ 13 PMR -SL -13 Asphalt Slurry Seal Type 11— Sq. $ $ $ Uniformed off-duty law enforcement officers with Obliterated Road Marking Sealant Yd. PD vehicles. (Goodyear Officers are preferred if (MAG Section 460.2)I available. Rate should be calculated at $55.00 Category: Traffie Control Work : Any or all Work Types Line No. Item No. Description unit Knit Price 1 TC -1 Hr. $ 55_.00 Law Enforcement Officer with Vehicle: Uniformed off-duty law enforcement officers with PD vehicles. (Goodyear Officers are preferred if available. Rate should be calculated at $55.00 r hour. 2. Contractor Licencing Requirements: Bid shall comply with all statutes and rules of the State of Arizona and Registrar of Contractors. In accordance with A.R.S. § 32-1151, and unless otherwise exempted by A.R.S. § 32-1151, Bidder should have the correct class of license as required by the Registrar of Contractors for the work specified, prior to submission of a bid. The Bidder certifies possession of the following license: Licensed Contractor's Name: Class: License Number: Type: Expiration: 3. Dellv Bidder states that the item(s) will be delivered within _ calendar days after receipt of order. This delivery schedule shall include any time for shipping. 4. Ememency Twenty -Four Hour Service Contact Name Telephone Number Alternate Contact Telephone Number SoNciwOon No: We 194140 1 w-900dyearaa.gov I Page 10 of 11 �� CITY OF GOODYEAR Office ofProcurement 190 N. Litchfield Road ®, UNIT PRICE P.O. BOX 5100 WPM -LL -1 Goodyear, AZ 85338 L. Ft. C:oopdyl - REVISED Fee Schedule Phone 623-882-7834. The city will utilize the following pricing scenario as a means of determining the lowest responsive and responsible bidder. Please make sure that pricing listed below is the same price listed above in the fee schedule. Level 1 pricing will be used for the purpose of this pricing scenario. ITEM NO. BID PRICING DESCRIPTION UNIT CITY UNIT PRICE TOTAL WPM -LL -1 4' wide white fine with Class I Paint & 8 pounds of std. beads L. Ft. 1,000 WPM -LL -3 Markinglayout Hr. 40 WPM -SL -3 Single Head Arrow Legend (15 wet mils, Class I Paint with 8 pounds r gallon of beads Ea. 15 THM-LL-4 4' Wide by 80 mil. Thick White Line Ribbon Extrusion L. Ft. 1,000 THM-SL-5 90 ml. Tum Arrow Symbol Ea. 15 PFTM-LL-4 Making Layout Hr. 20 THM-SL-3 12' Wide by 90 ml. Thick White Line L. Ft. 250 THM-LL-11 Raised Pavement markers Ea. 1100 PMR -LL -5 4' to 6' Wide Paint Line on PCCP L. R. 500 WPM -SL -1 Yellow Curb Painting With Glass Beads Sq. Ft 250 Total Scii6laton No: IFB 184140 1 w .goodyear qov I Page 11 of 11 Pavement Marking Services — Installation/Removal. See attached REVISED Fee Schedule tit. Deletions were inadvertently made to the previous fee scbedule. No other terms, conditions, or performance standards written or implied are changed. Procurement Officer: Dora Chavez City of Goodyear Solicitation Amendment No. 2 Office of Procurement ®�®® Jacque Behrens, CPPB 190 N. Litchfield Road P.O. Box 5100 Solicitation No. 18-4140 : ""�`�,,,�i,,,,,. r Solicitation Due Date: 2/112018 Good. Phone: 623-862-7834 Time: 3:00 pm (Arizona Time) Pavement Marking Services — Installation/Removal. See attached REVISED Fee Schedule tit. Deletions were inadvertently made to the previous fee scbedule. No other terms, conditions, or performance standards written or implied are changed. Procurement Officer: Dora Chavez City of Goodyear Approved as to form BY By: Jacque Behrens, CPPB r Roric Massey, City Attorney Acknowledgement by Contractor Contractor hereby acknowledges receipt and understanding of the above amendment. Contractor shall sign and return with their submittal. Page 1 of 7 r CITY OF GOODYEAR Office of Procurement 196 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Phone: 623-882-7834 REVISED Fee Schedule #2 F determining the lowest cost the City w -M not take tax into consideration. 'However; all applicable state and local taxes on the tax line. provided. The City will pay. all applicable taxes. Taxes must be listed as a separate item on all invoices. State applicable tax rate: _ 0. Quantities shown are forbidding purposes only and are not intended to indicate the actual quantities that may. be required under this contract. Traffic Control will be paid for via applicable Items herein specified PAVEMENT MARKING INSTALLATION AND/OR REMOVAL Category: Waterborne Paint Markings (_WPM) Work Type: Long Lim Line No. Item No. Description Unit I Level I Level H Level III 1 • WPM -LL -1 4" wide white line with Class I Paint & 8 pounds of std. beads L. Ft. $ •" $ " $ ' O 2 'WPM -LL -2 4" wide yellow line Class I Paint & 8 ands of std. beads L. Ft. $ 1 $ $ 0 3 WPM -LL -3 Marking Layout Hr, $ 1 6-- $ 1- S.?' $ M5.00 Category: Waterborne Paint Markings (WPW Work Type: Short Line (SL) Line No. Item No. Description Unit Level I Level II Level III 1 WPM -SL -1 White'Curbb Painting With Glass Sq. $ $ $ Beads includes preparation of surface Ft. Z. So 2-50 -Z-60 2 WPM -SL -2 Yellow Curb Painong With Glass Sq. $ $ $ Beads includes preparation of surface. Ft. 2. Sa 2.50 2.50 3. WPM -SL -3 Single Head Airow Legend Ea. $. $ $ (15 wet mils, Class I Paint with 8 30 p0' 30.00 -:50_00 pounds per gallon of beads 4- WPM -SL -4 Two Headed Arrow Legend (15 wet Ea. $ $ $ mils, Class I Paint with 8 pounds per -75 -" S . 00 gallon of beads 5 WPM -SL -5 Bike Lane Symbol (15 wet mils, Class I Ea. $ $ $ Paint with 8 pounds per gallon of on beads) 6 WPM -SL -6 Single LetterLegend (15wet mUs, Ea. $ $ $ Class I Paint with 8 pounds per gallon 1000 b0 I'D- 10 00 of beads) 7 WPM -SL -7 Marking Layout Hr' S�2500 $I $ 5 "' 125-°O Sotdtation No: IFB 18-4146 1--go°dyea -gov Page 2 of 7 Category: Therniuplastic Markings (rE" CITY OF GOODYEAR OOiceof Procurement 190 N. Litchfield Road �e1�� Description P.O. Box 5100 I Level I I. Goodyear, AZ 85338 Level m �� r REVISED Fee Schedule #2 Phone: 623 882-7834 Category: Therniuplastic Markings (rE" Work : Ung Line Line No. Item No. Description Unit I Level I I. Level 0 Level m 1 THM-LL-1 4" Wide by 40 mil. Thick White Line L. Ft. $ S S THM-SL-2 6" Wide by 60 mil. Thick White Line (Spray) S • 4S .2$ 1$ 3 2 THM-LL-2 4" Wide by 40 mil. Thick Yellow Line L. Ft. $ S' $ THM-SL-4 18" Wide by 90 mil. Thick White Line S S I. -IS S 11S 28 .2`b 3 T11M-LL-3 12" Wide by 40 mil. Thick White Line L. Ft. SS $ 1 CO -00 S 114M -SL -6 90 Mil. Straight Arrow Symbol (Spray) $ 110,0D S 1 0,p0 S 100 w •9S 4 THM-LL-4 4" Wide by 80 mil. Thick White Line L. Ft. $S S THM-SL-8 90 Mil. U -Tum Arrow Symbol (Ribbon Extrusion $ 175• • ' 6 3 5 THM-LL-5 4" Wide by 80 mil. Thick Yellow Line L. Ft. $ S S THM-SL-10 90 Mil. Bike Lane Symbol (Ribbon Extrusion) S 175• $ 175.E .36 .3 6 THM-LL-6 6" Wide by 80 mil. Thick White Line L. Ft. S S' $ (Ribbon Extrusion With Premium Bead s i so Blend 7 THM-LL-7 6" Wide by 80 mil. Thick Yellow Line L. Ft. S S $ (Ribbon Extrusion With Premium Bead Blend 8 TWA-LL,8 12" Wide by 80 mil. Thick White Line L. Ft. S$ $ I (Ribbon Extrusion i�(j b o 9 THM-L1,-9 Application of Primer/Sealer L. Ft. $ ;16 $ .16 $ X- 10 10 THM-LL-10 Raised Pavement Markers Ea. $ .15 S 2 -1 S S a 11 THM-LL-I 1 Marking Layout and Installation of Hr. S $ S Contractor Furnished Raised Marker Tabs, Per the MUTCD or Engineering Sap oo 300?° `300 °o Design Guidelines as directed by the lCity Cetegoiy: Thermoplastic 117arkings (UM Work- :,Short Line O SL Line No. ; Item No. Description Unit Level I Level IT Level III I T1lM-SL-1 6" Wide x 2' Line by 90 mil: Thick White Line Ea. $$ . 60 .6o S • 55 2 THM-SL-2 6" Wide by 60 mil. Thick White Line L. Ft. S • 4S $ •4S S _42 3 THM-SL-3 12" Wide by 90 mil. Thick White Line L. Ft. S JS $ qr, $ qS 4 THM-SL-4 18" Wide by 90 mil. Thick White Line L. Ft. S I. -IS S 11S S o 5 THM-SL-5 90 Mil. Tum Lane Arnow Symbol Ea. $ I loO0 :$ I10.0* $ 1 CO -00 6 114M -SL -6 90 Mil. Straight Arrow Symbol Ea. $ 110,0D S 1 0,p0 S 100 w 7 THM-SL -7 90 Mil. Combination Arrow Symbol Ea. $ -7 S 8 THM-SL-8 90 Mil. U -Tum Arrow Symbol Ea. $ 175• $ 1"15 0° $ Il5 .°° 9 THM-SL-9 90 Mil. Lane Drop Arrow Symbol Ea. $ 1 $ 145-W S o0 10 THM-SL-10 90 Mil. Bike Lane Symbol Ea S 175• $ 175.E $ I oO Soadtaton foo: IFB 18-4W I w .grodyear qov I Page 3 of 7 11 CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road Ea. S iSo°' P.O. Box 5100 S 150.00 12 Goodyear, AZ 85338 T REVISED Fee Schedule #2 Phone: 623-882-7834 11 TMA -SL -11 90 Mil. Cross Strect Symbol Ea. S iSo°' $ 1150.00 S 150.00 12 THMSL-12 Four Letter Legend (90 mil) Ea $,i 5000 S I So.00 S 1 go_'° 13 TIM -SL -13 90 NO Railroad Crossing Symbol Ea. S 195.E $9 .°0 S 11W°' 14 T104SL-14 Single Letter Legend (90 mil) Ea. $ Sao. $ 50.0- $ 1-10.00 15 TIN -SL -15 Marking Layout Hr. S 12$ $ 25_" $ 00 25- 16 THM-SL-16 Application of Primer/Scaler for any Width Line L. Ft. S$ • 16 16 S. 17 THM-SL -17 I Application of Primer/Sealer for any Legend end or Symbol Ea. S 25.00 $ ? 5 •pO S �5-� Note: The minimum quantity of any profile thermoplastic marling project should be at least 50,000 linear feet. This material will only be used in short line configurations. Category: Removals and Surface Preparation (PMR or SP) Work Type: Long Line Line No. Item No. Description Unit Level I Level III Level III 1 PMR -LL -1 Removal of PCCP cute compound for L. Ft. $ S S any width line , `{ 0 .40 "4 0 2 PMR -LL -2 Removal of PCC- cure compound for Ea. S $ $ My symbol or legend 4jO 3 PMR -LL -3 4" To 6" Wide Thermoplastic/Tape L. Ft. SS $ Line on PCCP . 95 4S -(40 4 PMR-LL4 4" To 6" Wide Thermoplastic/Tape L. Ft. S$ $ Line on AC .` S -4S .4 o 5 PMR-LLr5 4" To 6" Wide Paint Linc on PCCP. L. Ft. $.32 S , 3$ $ .3 6 PMR -LL -6 4" To 6" Wide Paint Line on AC L. Ft. S ,3$ S -3$ S 7 PMR -LL -7 4" To 6" Wide Epoxy Line on PCCP L. Ft. $ $ S . y 5 S . -10 8 PMR -LL -8 V " To 6" Wide Epoxy Line ori AC L. Ft. S $ $ ys S 0 9 PMR -LL -9 Pavement Surface Blending Sq. Ft. $ S IS -00 S 10 I PMR -LL -10 Surface Preparation 6" To 12" Wide L. Ft. S S S Line �j oe 5.00 5 eo 1'1 PMR -LL -1 1 Asphalt Slurry Seal Type ❑ — .Sq. S $ S i Obliterated Road Marking Sealant Yd. 15U:" i 5D" 150.00 (MAG Section 460.2 So9Utabw No: 1F8 18-4140 1—.goodyearaz.gov I Page 4 of 7 ®,®® 0^V w CITY OF GOODYEAR Office of Procurement 190 N. Litchfield Road P.O. Box 5100 Goodyear, AZ 85338 Phone: 623-882-7834 REVISED Fee Schedule #2 Category: Removals and Surface Preparation (PMR or SP) Work : Short Line SL Line No. Item No. Description Unit Level I I Level H Level III 1 PMRSL-1 Removal of PCCP etre compound for L. Ft. S S $ any width line - t i D p -,4 O 2 PMR-SL-2 Removal of PCCP cure compound for Ea. S S ; S any symbol or legend hour. B. °- ?5 aP ZS ,' 3 PMR -SL -3 4" To 6" Wide Thermoplastic/Tape L. Ft. $ S S Line on PCCP yS 45 -40 4 PMR-SL4 4" To 6" Wide Thermoplastic/Tape L. Ft. S S S Line on AC .45 .ys •1t0 5 PMR -SL -5 4" To 6" Wide Epoxy Line L. Ft. SI .y5 $ 6 PMR -SL -6 Thetmoplastic/rape/Epoxy Legend (I Ea. S S S Letter) 25.E 1 Z5,"0 1 25. e' 7 PMR -SL -7 Thermoplastic/rape/EpouySymbol Ea. S 60.0c S so -e S 50.00 8 PMR -SL -8 Painted Legend (1 Letter) Fa. $ 20 S Looo S ;Z� o 9 PMR -SL -9 Painted Symbol Fa. S $o.00 SS O oo S S 0. `a 10 PMR -SL -10 Surface Preparation 4" To 6" Wide L. Ft. S S S Line S•Q0 5=00 S.00 11 PMR -SL -I i Surface Preparation Symbol Ea. S 11.50° I S Ms.cc S 125-1�0 12 PMR -SL -12 Surface Preparation Legend (1 Letter) Ea. .S rJa-p 150 $ 50,0- 0 0013 13 PMR -SL -13 Asphalt Slurry Seal Type 11— Sq. S S $ Obliterated Road Marling Sealant Yd. So?' i S0.'° So:oo AG Section 460.2 Category: Traffic Control Work : Any or all Work Types Line No. Item No. Description Unit Unit Price 1 TC -I Hr. $ 55.00 Law Enforcement Officer with Vehicle: Uniformed off-duty law enforcement officers with PD vehicles. (Goodyear Officers are preferred if available. Rate should be calculated at $55.00 per hour. Sofdtatlon No: IFS 184140 1 v .goodyea+ qov I Page 5 of 7 r Office of Procurement CITY OF GOODYEAR 190 N. Litchfield Road ----_ —�---- — P.O. Boz 5100 Goodyear, AZ 85338 REVISED Fee Schedule #2 Phone: 623-882-7834 2. Contractor Licensing Requirements: Bid shall comply with.all statutes and rules of the State of Arizona and Registrar of Contractors, in accordance with A.R.S. § 32-1151, and unless otherwise exempted by A.R.S. § 32-1151 Bidder should have the correct class of license as required by the Registrar of Contractors for the work specified, prior to submission of a bid. The Bidder certifies possession of the following license: Licensed Contractor's Name. __ 5yrrt t rJE ��1/ZgG1t jG t (� G Class: _�.0 Type: Dtj License Number. _aSy'1Q$ Expiration: I30' Zo t9_ 3. Delivery: f Bidder states that the item(s) will be delivered within Iq calendar days after receipt of order. This delivery schedule shall include any time for shipping. 4. Emergency Twenty -Four Hour Service Con Name _Jo"i C E: Telephone Number -6-23=- 9 Alternate Contact _6p2 4 i 2=93'] 1 I JEf f _ Telephone Number - 6 o2 - - (G6 -50-7b Sorcitation No: 1% 18. tap 1 www.goodyeenmgm I . Page 6 of 7 The city will utilize the following pricing scenario as a means of determining the lowest responsive and responsible bidder. Please make sure that pricing listed below is the same price listed above in the fee schedule. Level I pricing will be used for the purpose of this pricing scenario. ITEM NO. BID PRICING DESCRIPTION Office of Procurement �® ®®r CITY OF GOODYEAR 190 N. Litchfield Road WPM -LL -1 4" wide white line with Class I Paint & 8 ands of std. beads P.O. Box 5100 1,000 S . Goodyear, AZ 85338 WPM -LL -3 REVISED Fee Schedule #2 Phone: 623-882-7834 The city will utilize the following pricing scenario as a means of determining the lowest responsive and responsible bidder. Please make sure that pricing listed below is the same price listed above in the fee schedule. Level I pricing will be used for the purpose of this pricing scenario. ITEM NO. BID PRICING DESCRIPTION UNIT QTY UNIT I PRICE TOTAL WPM -LL -1 4" wide white line with Class I Paint & 8 ands of std. beads L. Ft, 1,000 S . �' I 1 O. w WPM -LL -3 Marking Layout Hr. 40 -41-15.00 f O° WPM -SL -3 Smgle Head Arrow Legend (15 wet mils, Class I Paint with 8 pounds per alIon of beads Ea. 15 9 30.00 s y 5wo THM-L1-4 4" Wide by 80 mil. Thick White Line Ribbon Extrusion L. FL 1,000 6 3 (a. ;:p THM-SL-5 Turn 90 mil. TuArrow Symbol Ea. 15 s it0,00 5 .t;S 0. p0 THM-SL-3 12" Wide by 90 mil. Thick White Line L. Ft. 250 i 9r, ifSn THM-LL-1 i Raised Pavement markers Ea. 100 s .l 5 w PMR -LL -5 5 4" to 6" Wide Paint Line on PCCP L: Ft. 500 So vo WPM=SL-1 Yellow Curb Painting With Glass Beads Sq. Ft. 250 s Z S t) d 625 oo Total 3 T SoadWon No: IFS 19�7J0 1—.goodyear gov I page 7 of 7• " e Emmis -FLINT American Traffic Products, Inc. TRAFFIC PAINT CERTIFICATION WE CERTIFY THAT THE LATEX TRAFFIC PAINT SERIES #180A AZ SPE;, TYPE I MEETS THE PERFORMANCE REQUIREMENTS OF THE ADOT SPECIFICATIONS FOR TRAFFIC PAINT AND MEETS PERFORMANCE STANDARDS OF FEDERAL SPECIFICATION TT -9-1952E, TYPE H. CUSTOMER: Sunline Contracting, Inc INVOICE DATE: 11/14/17 INVOICE #: A2989 mu COLOR: White &Yellow PRODUCT #i 180AT & 186AT BATCH #: QG10147 (Y), RCP1711YOOII (Y); QG10145 (W) GALLONS RECEIVED: 1000 (Y) & 500 (W) DATE OF MANUFACTURE: 2017 The undersigned has the legal authority to bind American Traffic Products Inc. for the purpose of this certification. C�1 SIGNED: tIl-L DATE: ]A50 UHRINYAK, REGIONAL SALES'MANAGER • 4116 E Superior Ave #2 Phoenix, AZ 85040 • Office (480) 455.1700 • Fax (480) 455.1701 m J 4 o o � m CL I — 3 c Ir4 or. • Z� mW O a � O ¢J N } to i $ . ww r — oLLI & .4 f vi m r I tr d � r F O H E a b a e E z 3 • �u I I I I ~ W y L LM !• m a O o � a a` rL 4 �j d Eims-FuuT o.ft [emus American Traffic Products, Inc. TRAFFIC PAINT CERTIFICATION WE CERTIFY THAT THE LATEX TRAFFIC PAINT SERIES #180A AZ SPEC; TYPE I MEETS THE PERFORMANCE REQUIREMENTS OF THE ADOT SPECIFICATIONS FOR TRAFFIC"PAINT AND MEETS PERFORMANCE STANDARDS OF FEDERAL SPECIFICATION TT -9-1952E, TYPE II. CUSTOMER: Sunline Contracting, Inc INVOICE DATE: 11/14/17 INVOICE #: A2989 JOB: COLOR: White & Yellow PRODUCT #: 180AT'& 186AT BATCH #: QG10147 (Y), RCP1711Y0011 (Y), QG10145 (W) GALLONS RECEIVED: 1000(Y) & 500 (W) DATE OF MANUFACTURE: 2017 The undersigned has the legal authority to bind American Traffic Products Inc.. for the purpose of this certification. SIGNED: DATE: )ASO UHRINYAK, REGIONAL SALES MANAGER • 4116 E Superior Ave #2 Phoenix, AZ 85040 - office (480) 455.1700 • Fax (480) 455.1701 0 �m e C � t `V tvtLO s_ � ia 6c ® e 4 M p m� F=a 01— ix N :� !ate e esto o iwN Q a ro - \ y r m o E o 0 O a a pe LL = Z q �` z i ((�� \} gg \ p 11 11 n II II h e Of O B U fn m I I I I I I ~ ~ 4— m. v v t Emms-Fuw . ns. v,.,w ..& . ' CERTIFIED TEST REPORT Re:. Certification. Yellow Leadfree Alkyd Thermoplastic Formulation Code: Batch Numbers: Quantity: Date: 885260 Y1E-5GSX-AZ CT1712Y4319 44,000 lbs. 1275/2017 Item Required found Composition Binder(%) 20 Min 22:28 Glass Beads(%) 30-45 30.7 Calcium Carbonate(%) 25-45 38.6 Physical Characteristics after 4 hours 9D 4250 Daylight Reflectance 43 Min 47.82 Color Match Fed, 4595, No. 13538 Pass Specific Gravity 1.85-2.15. 1.98 .Softening Point 200-230°F 222.8 Intermix Glass Beads- meet the soeci ications for AASHTO M 247 as determined from the bead manufacturers certification. CERTIFICATION: I, the undersigned, have legal authority to bind Ennis -Flint, the manufacturer. to P.rizona DOT Section 704. Signature Crustal Lock Quality.Assurance Rep. Qc Technician Title 200 2n0 ST BAKERSRELD CA 93305 1-1100-331-8118 Emmlls-FLIMT CERTIFIED TEST REPORT Re: Certification, -White Alkyd Thermoplastic Formulation Code.- Batch ode: Batch Numbers: Quantity: Dater 885250 W5E-5GSX-AZ CT1712W4398 44,000 lbs: 12/2712017 Item Required Found Composition Binder(%) 20 Min 20.47 Ti02(%) 10 Min 10.2 Glass Beads(%) 30-45 30.7 Calcium Carbonate(%) 25-45 38.6 Physical Characteristics after 4 hours Cad 4250F Daylight Reflectance 75 Min 79.66 Yellowness Index 0.12 0.08 -Specific Gravity 1.85-2.15 1.99 Softening Point 200-230OF 209.6 Intermix Glass Beads- meet the specifications for AASKI-O.M 247 as determined from the bead manufacturer's certification. CERTIFICATION: I, the undersigned, have legal authority to bind Ennis -Flint. the manufacturer. to Arizona DOT Section 704. n. Viae em -Z Signature Crystal Lock. Representative OC,Technician Title 200 2' ST BAKERSFIEtD CA 93305 1800-331-8118 Q Cmpame 01`rK: 2 a5 iodd Court Tho vrille, NC 27360 Phwc 336.475.6600 EMMIS In MT TollFrcr. Boc. a Bv- Yd IN 786 taleS�Lanrcs:l'.N.car.. A rmRc WnySdutionsrempuy Mww.erutisflltd_cgr January,16,2018 American Traffic Products 1450 N Fitzgerald Avenue Rialto, CA 92376 Order No: 00105133 Purchase Order No: P17 -T763 Part No: C80FH ERY 2 Way Marker Red/Yellow Quantity: 1,000 Lot No: 25CG201 Date of Manufacture: March 2017 Certification State: CA To Whom it May Concern: We certdy,that for the State of California, these markers have been inspected conform to the State of Cai'rfomia, Department of Transportation Standard Specifications 85-1.02C dated 2010 and Section 81- 3.02C dated 2015. We certify that the Stimsonite pavement markers fumished against the subject orderandfor the subject State were manufactured in USA at our facility in Thomasville, NC. They have been Inspected and found to be in compliance with our product specification for Model C80FH markers and the aforementioned State's pavement marker specifications. We certify that the reflector body is molded of acrylonitrile -butadiene -styrene and the reflective !ensis molded of polymethyl methacrylate conforming to ASTM D788. Grade 8. The markers conform to ASTM Specification D4280. We certify that, after abrasion procedure, the specific intensity of each reflective surface -at 0.2 aegree angle of divergence meets or exceeds the following values: SPECIFIC INTENSITY Clear Yellow Red Green Blue 0 degree incidence angle 3.0 1.5 0.75 1.0 0.30 20 degree incidence angle 1.2 0.60 .0.30 0.4 0.12 .We certify that the markers meet Specific Intensity 1 year after placement per Caltrans SS 813.020. Sincerely, Tesha Benson Quality Assurance Ennis -Flint. JUSTIN JENJUNS My C ­ T= -Estes NWumWr22.=1 aamimm State Of Aif , County Of Signed before me an this I Ow day of Jr -,-J 18' by i r�w Notary Public J vmry _k+ k-, , MCE: 1Jo-w s.ds t zZ,'7o?T July 11, 2017 American 1Tatic Prod,In,- P O, Box 31021 Fonlana. CA 72331 Order No. (000052:9 Project: Purchase OfdetNo: 017.7450 Part No' C80FHER 2 Way Marker F.ed'Yellow Ouanil, 2a.00u '-or No: 27CG ; 01 Cerincation State, UA To Whom it May Concern: We certify tba: for the State of California, tri; se markers have been inspected conform to the Sate of California. Uepariment of Transporztion St=andard Specifications Sedinn 81- I.02C dated 2015. We certify that the Sumsunile oavementmalkers furnished against the subject order and For the ;ubjeri State were ma, ufamured in USA at our facility in Tllomasyille. NC, They have been inspeciec art, fauna to be in compliance tnth our oroouct sLCcmcaticn for Model C80FH ma-kprE and the aforementioned State s=•avernenl marker <3tGfica:ions. We cenity trial the reflector body is molded of acrylonitdfe-butadiene-styrene and the reBecl,ve lens is moideo of polymemvl metharry1we confnnnin7 10 ASTM 0788, Grade d. The markers conform to ASTM Specificaden D4280. We Ccrtlfy that. after abrasion procedure, me soerifir, intensnv of each reflective sur,"ace at G.2 ci .gree angle of divergence meets nr exceens the following values: 0 degree wriderce angle 20 rJeoree nrlden•.e anole Srceraty Ir Sleben Varruir _nni�-^iiru coECIFIC INTFNSfT-Y Gear Yollav Red ;.0 1-5 �] 75 12 0.61) J.30 Green Blue 1 it 0.30 0i n12 JUSTIN JEN+IN, Ga r:rc Cv:mf CA State of Art . County of liw,.ru) Signf d before me on :his //r3 day ofjk6 ?or by v A. . Notary ubli�J., MCE: n/e,v..4, Zi. IoLs 0.ucsJ�±din:r. ��ppp��/pp��C f�prap pp■�q 61emis-/mob®00 0, :?r.sglerr.tFSne;em o "'d z swi,. Sww".,,•on vm Y-m�G1Tl :em July 11, 2017 American 1Tatic Prod,In,- P O, Box 31021 Fonlana. CA 72331 Order No. (000052:9 Project: Purchase OfdetNo: 017.7450 Part No' C80FHER 2 Way Marker F.ed'Yellow Ouanil, 2a.00u '-or No: 27CG ; 01 Cerincation State, UA To Whom it May Concern: We certify tba: for the State of California, tri; se markers have been inspected conform to the Sate of California. Uepariment of Transporztion St=andard Specifications Sedinn 81- I.02C dated 2015. We certify that the Sumsunile oavementmalkers furnished against the subject order and For the ;ubjeri State were ma, ufamured in USA at our facility in Tllomasyille. NC, They have been inspeciec art, fauna to be in compliance tnth our oroouct sLCcmcaticn for Model C80FH ma-kprE and the aforementioned State s=•avernenl marker <3tGfica:ions. We cenity trial the reflector body is molded of acrylonitdfe-butadiene-styrene and the reBecl,ve lens is moideo of polymemvl metharry1we confnnnin7 10 ASTM 0788, Grade d. The markers conform to ASTM Specificaden D4280. We Ccrtlfy that. after abrasion procedure, me soerifir, intensnv of each reflective sur,"ace at G.2 ci .gree angle of divergence meets nr exceens the following values: 0 degree wriderce angle 20 rJeoree nrlden•.e anole Srceraty Ir Sleben Varruir _nni�-^iiru coECIFIC INTFNSfT-Y Gear Yollav Red ;.0 1-5 �] 75 12 0.61) J.30 Green Blue 1 it 0.30 0i n12 JUSTIN JEN+IN, Ga r:rc Cv:mf CA State of Art . County of liw,.ru) Signf d before me on :his //r3 day ofjk6 ?or by v A. . Notary ubli�J., MCE: n/e,v..4, Zi. IoLs September 18, 2017 American Traffic Proo, Inc. PO Box 310215 Fontana, CA 92331 Order No: 00101227 Purchase Order No: P17-7615 Part No: C80FHERW 2 Way Marker Red/White Ouantity: 24,000 Loc No: 16HG204 Date of Manufacture:, August 2017 Certification State: CA To Whom it May Concern: We certify that for the Slate of California, these markers have been inspected conform to the State of California. Department of Transportation Standard Specifications Section 81-3 dated 2015. We certify that the Stimsonile pavement markers furnishedagainst the subject order and for the subject State were manufactured in USA at our facility in Thomasville, NC: They have been inspected and found to be in compliance with our product specification for ModelC80FH markers and the aforementioned State's pavement marker specifications. We certify that the reflector body is molded of acryloniude-butadiene-styrene and the reflective lens is molded of,polymethyl methacrylate conforming to ASTM D788, Grade 8.. The markers conform to ASTM Specification D4280. We certify that, after abrasion procedure, the specific intensity of each reflective surface at 0.2 degree angle of divergence meets or exceeds the following values: SPECIFIC INTENSITY Clear Yellow Red Green Blue 0 degree incidence angle 3.0 1.5 0.75 1.0 0.30 20 degree incidence angle 1.2 0.60 0.30 0.4 0.12 We certify that the markers meet Specific Intensity 1 year after placement per Caltrans SS Section t„tmmuyrn// 81-3.020-. \§kA AV Pu /4 Sincerely, JUSTIN JENKINS oward Caesar No.mpw 22. a>zl 4.2 P Tesha Benson f/11i1 h Bfrpl C M Quality Assurance State of �. County of r Ennis -Flint Skgned before me on this. day ofJivr 0 by 1 ?N2_y5-_3 Notary Public_Awn. . MCE: 1110117 r6rrt 22, A) u Corporateofrirr 115 Tmlp Court Thomashlk, NC 2716o E619m�1r s-Fum Phone: i*47S.6600 Toa Free: aoo,]]1.81a8 sale$@ermisflinlspm A NHK safety Solu0cm, cempmy .,emis8int 4om September 18, 2017 American Traffic Proo, Inc. PO Box 310215 Fontana, CA 92331 Order No: 00101227 Purchase Order No: P17-7615 Part No: C80FHERW 2 Way Marker Red/White Ouantity: 24,000 Loc No: 16HG204 Date of Manufacture:, August 2017 Certification State: CA To Whom it May Concern: We certify that for the Slate of California, these markers have been inspected conform to the State of California. Department of Transportation Standard Specifications Section 81-3 dated 2015. We certify that the Stimsonile pavement markers furnishedagainst the subject order and for the subject State were manufactured in USA at our facility in Thomasville, NC: They have been inspected and found to be in compliance with our product specification for ModelC80FH markers and the aforementioned State's pavement marker specifications. We certify that the reflector body is molded of acryloniude-butadiene-styrene and the reflective lens is molded of,polymethyl methacrylate conforming to ASTM D788, Grade 8.. The markers conform to ASTM Specification D4280. We certify that, after abrasion procedure, the specific intensity of each reflective surface at 0.2 degree angle of divergence meets or exceeds the following values: SPECIFIC INTENSITY Clear Yellow Red Green Blue 0 degree incidence angle 3.0 1.5 0.75 1.0 0.30 20 degree incidence angle 1.2 0.60 0.30 0.4 0.12 We certify that the markers meet Specific Intensity 1 year after placement per Caltrans SS Section t„tmmuyrn// 81-3.020-. \§kA AV Pu /4 Sincerely, JUSTIN JENKINS oward Caesar No.mpw 22. a>zl 4.2 P Tesha Benson f/11i1 h Bfrpl C M Quality Assurance State of �. County of r Ennis -Flint Skgned before me on this. day ofJivr 0 by 1 ?N2_y5-_3 Notary Public_Awn. . MCE: 1110117 r6rrt 22, A) u Certificate of Analysis THE'STATE OF TEXAS COUNTY OF HARRIS Material ............................. Shipped Via ........................ Date of COA....................... Customer Order No .............. Invoice No .......................... Batch No ............................ Specification certified............ Sold to Bituminous Marker Adhesive PLS 10/20/2017 199823, 199937 23665 ASTM D 4280 Type I American Traffic Product Inc 4116 E. Superior Ave. Phoenix, AZ 85040 AM MARTIN I hereby certify that the above statements are true and correct. The undersigned has the legal authority to bind Martin Asphalt Company for the purposes of this Certificate of Analysis. Dolly Navarrete Laboratory Director Martin Asphalt Company 300 Christy Place • South Houston, TX 77587 Phone: 713 943 5200 Fax: 713 947 4908 Procedure ISpecification Results Softening Point, °F ASTM.D 36 200-264 242 Penetration, mm, 100g, 5s, 77°F ASTM D 5 1.0.1.8 1.3 Penetration, mm. 100g. 5s, 140°F ASTM D 5 4.56:5 4.9 Brookfield thermoset viscosity, Pa.s. 27 spindle, 20 rpm, 400°F ASTM D 4402 3.0-7.5 3.7 Flow at 158°F, mm ASTM D 5329 5.1 maxI 0 Flash Point. °F ASTM D 92 550 min >600 S ciKc GravO . 77°F ASTM D 71 1.61.85 1.66 I hereby certify that the above statements are true and correct. The undersigned has the legal authority to bind Martin Asphalt Company for the purposes of this Certificate of Analysis. Dolly Navarrete Laboratory Director Martin Asphalt Company 300 Christy Place • South Houston, TX 77587 Phone: 713 943 5200 Fax: 713 947 4908 DROPS Certificate of Compliance 4665 Finance Way Kineman AZ 86401 (923)757-3666 Fay': (928) 757-3603 This is to certify that Potters Industries, LLC. supplies highway glass beads that have been tested according to standard procedures by our quality control department and will meet applicable Arizona DOT State Specifications. Product M247-11 TPI Quantity 14,000 Lot# KI -H-728/17-502,506,507.510-513 Specification AASHTO M247 Type I Potters Industries, LLC tests every lot of glass beads produced for use in Highway Markings using XRF technology to insure compliance With Heavy Metals requirements specified in Arizona Standard Specification 708-2.02(6) as stated below. He2vy Metal Concentration Arsenic <75 ppm Antimon • < 75 ppm Lead < 100 ppm Quality Control Data to substantiate this certification is on file in our Quality Control Laboratory and is available upon request. The undersigned has the legal authority to bind Potters for the purposes of this Certificate of Compliance Certified By: --'� �Date: 12/4/17 Angie None Plant Administrator z . w S�YS� #j6 V) Cpl? too q < V) ,ylt�Q• r .( � C 95` .SEW `'' let TR l' i ff 6� •• � iR �L~ r� f � ' �O g .. [" 6cJ l r L x` tI2R5 C Y • r - r- 5 �v'.i,i lra<,a �r 1Y.r �Wi'✓i Yl >-i .'d r. AS tndpcD#R�ct�Dn .. 1'. i i I ,reR,. Ari5 p �lIi1I�`��- • Potters Certificate of Compliance 160119"St NW Paris, TX75460 (903)785-1633 Fac (903)78S-8320 This is to certify that Potters Industries, LLC supplies highway glass beads that have been tested according to standard procedures by our quality control department and will meet applicable Arizona DOT State Specifications. Product E16 Quart44,000 lbs. Lot k' PA -H-09061'-13 Specification ADOT Standard Specification Potters Industries, LLC tests every lot of glass beads produced for use in Highway Markings using ;CRF technology to insure compliance with Heavy Metals requirements specified in Arizona Standard Specification 708-2.02(8) as stated below. Heavy Metal Concentration Arsenic <75 ppm Antimony < 75 m Lead < 100 Ppm Quality Control Data to substantiate this certification is on file in our Quality Control Laboratory and is available upon request. The undersigned has the legal authority to bind Potters for the purposes of this Certificate of Compliance Certified By: Date: 9/26117 QNPotters Reryae Om One 9a/m Poets'WGSt� Erca nw 1601 19th Sheet Parity TX 75460 Phone. 903.785-1637 Far: 903-785.8220 MATERIAL CERTIFICATION The material covered by this Certification has been tested according to ISO 9001 standard procedures by our Quality Control Department and complies with all applicable specifications. Quality Control Data to substantiate this certification is on file in our Laboratory. Potters testseverylot of glass beads produced for use in Highway Markings using XRF technology to insure that Heavy Metals are below the following limits for total content unless lower limits are required by the specification: Arsenic <200ppm, Lead <200ppm, Antimony <200ppm. Test Data is on file in our Quality Lob to support this, and is available upon request. Independent Testing Laboratory results using EPA Methods 3052 and 6010C can also be provided if requested at least 2 weeks in advance of shipment. Customer (30843) SUNLINE Customer PO #: 687204 Material E16 (TYPE 4) AC35 80% SS 2200 VISIBEAD LOT PA -H-090617-13 RACK 01-20 TOTAL QUANTITY: DATE: 09/2 /2017 BY:� Potters Order #: .1237703 Bill of Lading #: 81325058 Quantity (LB) 44,000.000 Page 1 of 1 0) 3ra .V, j z vi Z L Z: C� ♦\ANALYSIS a) w) SIEVE'Ss ! v1 S 1 i g d a o Q !-10 60 C loo Q_ CC O� 95_ 100 ul v X12 j w¢ m V 914 q 13 180- 95 46 =0 816 110- .18 0 o a e m' w I 0 2 #20 7 ( I I w 4, O 'D -1 ca 1 ¢ j v 11 l t 3 � JI I I I I I X73 1150- (1.55 o'I INDEX OF REFRACTION > I OWNERS RODD 30SE - President & Managing Member 2009 -Present Rodd has 27 years of industry experiencefrom low level field work to managing multiple operations related to Traffic Control, Signs and Guardrail and Pavement Marking in the Southwest Region and now Owner of Heavy Highway Subcontracting business. • Responsible for job. cost reporting and cost analysis on all projects. Forecast monthly operational budget costs vs revenue by job. • Accountable for overall operation of branch.in relation to Safety, Contracting, Job Costing, Customer Satisfaction and Employee resolution. Directs 20 Managers and a total branch staff of 175 plus employees. • Project Manager for the $1.8.million quiet ride project helping the Company exceed profit estimates and completing the project utilizing less Gran 95% of the estimated labor hours. • Conducted estimating meetings to plan the project and the needs.' Worked on job partnering meetings with ADOT to ensure that all aspects of the project were being met in the estimate. • As Operations Manager; I was responsible for Inventory in excess of $3.5 million and maintained that inventory with a minimum of waste or loss, Coordinated, scheduled & .managed workers (Drivers, Laborers, and Baggers), equipment and vehicles for delivery, pick-up & service requests from customers in a timely and efficient manner to effectively meet customer's needs and expectations throughout the metro and surrounding areas. DAVE PORTER - Sctty/Treasurer & Managing Member 2009 -Present Dave has 30 .years of industry experience from low level field work to being. accountable for budgeting, cost control, payroll, BCC (Sarbanes-0)ley Act) reporting and general accounting, including supervision of 220+ employees for two separate Regions (Southwest -AZ, CA, NV & Rocky' Mtn - CO, WY) and now Owner of Heavy Highway Subcontracting business. Has supervise and managed multiple locations performing work_ in a variety of areas including, Traffic Control, Permanent Install (road and parking lot signage, Highway and guide signs, including structures and foundations, and Guardrail); Pavement Marking, Sales & Sign Manufacturing. Was the Project Manager for the installation of over 40 miles of Highway road and guide signs, including foundations, structures (cantilever, butterfly & bridge), -static signs and VMS signs on private toll road. Worked as an Estimator for many years estimating Traffic Control, Sign installation & Pavement Marking work. Successfully estimating, managed and completed 3 Guardrail projects in Wyoming and 1 in Denver totaling over 60 miles. KEY PERSONNEL DON COE - Project Manager/Scheduler SUNLINE SCOTT GLAZNER - Estimator/Project Manager -,CONORACTINC 820 N 17'° Ave • Phoenix, AZ'8S00Z • Phone: 602-422-9371 OWNERS RODD 30SE - President & Managing Member 2009 -Present Rodd has 27 years of industry experiencefrom low level field work to managing multiple operations related to Traffic Control, Signs and Guardrail and Pavement Marking in the Southwest Region and now Owner of Heavy Highway Subcontracting business. • Responsible for job. cost reporting and cost analysis on all projects. Forecast monthly operational budget costs vs revenue by job. • Accountable for overall operation of branch.in relation to Safety, Contracting, Job Costing, Customer Satisfaction and Employee resolution. Directs 20 Managers and a total branch staff of 175 plus employees. • Project Manager for the $1.8.million quiet ride project helping the Company exceed profit estimates and completing the project utilizing less Gran 95% of the estimated labor hours. • Conducted estimating meetings to plan the project and the needs.' Worked on job partnering meetings with ADOT to ensure that all aspects of the project were being met in the estimate. • As Operations Manager; I was responsible for Inventory in excess of $3.5 million and maintained that inventory with a minimum of waste or loss, Coordinated, scheduled & .managed workers (Drivers, Laborers, and Baggers), equipment and vehicles for delivery, pick-up & service requests from customers in a timely and efficient manner to effectively meet customer's needs and expectations throughout the metro and surrounding areas. DAVE PORTER - Sctty/Treasurer & Managing Member 2009 -Present Dave has 30 .years of industry experience from low level field work to being. accountable for budgeting, cost control, payroll, BCC (Sarbanes-0)ley Act) reporting and general accounting, including supervision of 220+ employees for two separate Regions (Southwest -AZ, CA, NV & Rocky' Mtn - CO, WY) and now Owner of Heavy Highway Subcontracting business. Has supervise and managed multiple locations performing work_ in a variety of areas including, Traffic Control, Permanent Install (road and parking lot signage, Highway and guide signs, including structures and foundations, and Guardrail); Pavement Marking, Sales & Sign Manufacturing. Was the Project Manager for the installation of over 40 miles of Highway road and guide signs, including foundations, structures (cantilever, butterfly & bridge), -static signs and VMS signs on private toll road. Worked as an Estimator for many years estimating Traffic Control, Sign installation & Pavement Marking work. Successfully estimating, managed and completed 3 Guardrail projects in Wyoming and 1 in Denver totaling over 60 miles. KEY PERSONNEL DON COE - Project Manager/Scheduler 2012 -Present SCOTT GLAZNER - Estimator/Project Manager 2011- Present JEFF SARPY - Estimator 2014 -Present 30SH VERDONI - On-site Supervisor 2012 -Present Both Don & Scott have over 20 Years of Industry Experience. Jeff has over 8 years of Industry Experience, both in field and management. Josh has over 15 years of Industry Experience in pavement markings installation and management. He is has expertise in paint, thermoplastic, water blasting removal and raised pavement markers. He has become our most efficient supervisor mastering all facets of pavement markings from laboring to running/managing projects. Sunline Contracting currently employs 23 field employees (6 superintendents, 8 operators & 9 laborers). Vis allows us to run 4.6 field crews atone time. The combined industry experience of -our field crews is in excess of 80 years. AREA OF EXPERTISE Sunline specialties in providing. pavement marking, signing and guardrail services for Lotti temporary and permanent applications for private developers, general contractors, property managers, city_ county and state agencies meeting all federal, state and local standards. The company was formed in 2009. ARIZONA STATUTORY BID BOND FOR C(lnMUCTION PL%R ANT TO MISS 24-, 34 AND Q, ARIZONA R6VI%W St'A2T717:S (Penalty of tbb bond Daae{ stat be fess than 10% of the bid =ow* KNOW ALL MEN BY T115" PRFSFMS T, jlAt: Sunline Contracting, LLC mnucinaffLr •prixipw'), as p am rvterchan`ts]GationaTSondmg nTc:—�9u'Sur corpomdan nipnizcdand ezisdeg under dte taws of dte Sian of Iowa wim Its lioxw oeiia in the Ciry of West Des Moines ho!ddatg t cutific= of authority to transact sway b u3:r ss In Arizona �t:ed bytba ➢ismat orft D.*�ot of i=== panuana to Two 2o, maptrr 2. Article i, AS Sdrary, arm. bald azd nrmfy b=w tmm Cih• of Goodyear (Lcrelnafter 'Obliges ), is dtc swi of Tea Per= (10%) of the uL= of the bid of Primilow> subntlaed by Fricn#W to ihr CUSee for u4-; work durribad below, far We pay.== ofwbicb sum, the Praclpal and Surety UWd t -a Ives. ata( tbzL- hells, edmLaumors, extwors, successors and urigtnjo aiy esti. scvtraby, luriy by.@ac prams. WF:ERE4Z; the Pritxiial bas sab=rred a bid for Pavement Marking Services - Installation/Removal Solicitation Number: 184140 NOW Ti-LMEFURE, Ytae Obticm ihaB amcp ttx ptcpc5al of ft P tlpai aaa the Pr=j;oW &W c=c.- faro a ooanac: wbh dZ Obit m :cwrdstc: with the terms of the proposd ami give the bond's and cuffeatep of inoxraace es spezioed . a the saedatd s)>:cificatioas of Cow= Drv^+m'M with good add suffiasat safety for lbc faithful perforsaau of rte wa rant and for the prompt pay= of labor add ==-fah f rn isbdd In dm prorcea:m of the rmu=, IF in the acdr of the far'fare of ate Principu to corer hao the comma ant gale the book ace c:r6l9care of iamraece, if tbn Pri cipu pays m me Ob =,fn cher= trot a aa,W ;be pc aXy of 9Z bond between the aacect sprafwd in the proposal and A= larw aeon= for wtkb the ox sm tray in goad faith comacI with aCO- = pary m parfb® txr work arwed by Ib -proposal mer des obF:tytdon is void. Od=wtta, k ruins Fn 11111 fora; acfcct provided, bawcirr, UW dC bard s excuaw povirteds asrari m tha prof Seaton 34-201, Ati� nd Revisrd Stamtes, and W WIfittes on dg3 Good abau be dacmAncd in aatbr Ucce Wkb for ptvvisiom of= section to :ba cxtcnt u if it were copied 4-r Iccgtb hccsi. 'Witt s an, hands thh I st day o: Februatry 2018 Sunline Contractin LC Merchants Nat naIB ondjn , Inc SLJILT7 SEAL By. By: y1/ Jeri y Th p n( -Fera) Tit:--; r Crest Insurance Group, AOENCY'OF RECORD 7272 E. Indian School #375, Scottsdale. AZ 85251 A DRES . s R t t nature ApFuas`rd by .1ju= Depara= of Admaistradoa-Effeam 9/30M MERCI ANTSS BONDING COMPANY.. POWER OF ATTORNEY Know Ad Persons By These Preserts, tial MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the'Companiesl do hereby make.: constitute and appoint, individually, Fkbedo J Islas; Heather J Perrin; Jeri Lynn Thompson; Margie Wager; Maria R Lucerc; Melody.J Stodldon; Michael J Mesenbrink their true and lawful Attomey(symFact, to sign its name as wrey(ies) and to "Mule. seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof. on behalf of the Companies in Nee business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedugs allowed by taw. Thia Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority m,the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutualr on'Apm 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Marchants National Bonding, Inc, on October 16: 2015. -The President, Secretary, Treasurer; or any Assistant Treasurer or any Assistant Secretary or any Vete President shall havepowerand authority to appoint Attorneys -in -Fact, and to authorize Nem to execute on behalf of the Company. and attach the seal of the Company thereto; bonds and undertakings. recognitances, contracts of indemnify and other wrili gs obligatory in the nature thereof* the signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,.rectignizance, Of other suretyship otitigatbm of the Company, and Such signature and seal when So used snap have the same force and effect as though manually fixed' In Connection with obligations in favor of the Florida Department of Transportation only, it is agreed trial the power and aul horny hereby given to the Adorrey4n-Fact includes any and as consents for the telease of retained percentages andfor foal estimates on engineering and construction contracts required by (he Slate of Florida Departmem of Transportation. II s.fully understood thal.consenting to the State ofFbrida Department of Transportation making payment of the final estimate to the Contractor - andlor its assignee, shall not relieve this surey company of any of its obligations under its bond. In connection with obligations o favor of the Kentucky Department of H igh"s only, 4 is agreed that the power and authority hereby given to the Adomey-inFact cannot be modified or revoked unless prior written personal notice of such intent has been given to he Conmissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days priori to the modification or revocation. In Witness Whereol, the Companies have caused the instrument to be signed and sealed this 31st day of May . 2017 MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By President � STATE OF IOWA •............. COUNTY OF DALLAS ss. On this this 31st day of May 2017 before me appeared Larry -Taylor, to me penonally known; who being by me duty sworn did Say that he is President of MERCHANTS BONDING COMPANY (MUTUAL).ard MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing Instrument are the Corporate Seas of the Companies; and that the said iM1Stnnnerd was signed and sealed in behalf of the Companies vauthority of their respective Boards of Directors. 4hhn!�ts. AUCIAK.GRAM _ Commiissron Number 767430 / My Commission Fires Apri11..2020 Notary Public (Expiration of rotary s commission does not mv;i1rdate this instrument) 1, Wiliam Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -0F -ATTORNEY ereculed by Said Companies, witch is still in full force and effect and has not been amended or revoked. In Witness Whereof, I nave hereunto set my hard and affixed the seal of the Companies on this I st day d February . 201 S - CO ;`te,;4pPPO �'i'.'Z •�0'eeOF 94i:y<:///-• A� 2003 ' Z' : a•'• 1933 : C: Secretary :v. o; .s". P0A.0018 (3117) , ...... XPO -O- OjO: •y'ae T• 2003 0 : y: 1933 c: MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By President � STATE OF IOWA •............. COUNTY OF DALLAS ss. On this this 31st day of May 2017 before me appeared Larry -Taylor, to me penonally known; who being by me duty sworn did Say that he is President of MERCHANTS BONDING COMPANY (MUTUAL).ard MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing Instrument are the Corporate Seas of the Companies; and that the said iM1Stnnnerd was signed and sealed in behalf of the Companies vauthority of their respective Boards of Directors. 4hhn!�ts. AUCIAK.GRAM _ Commiissron Number 767430 / My Commission Fires Apri11..2020 Notary Public (Expiration of rotary s commission does not mv;i1rdate this instrument) 1, Wiliam Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -0F -ATTORNEY ereculed by Said Companies, witch is still in full force and effect and has not been amended or revoked. In Witness Whereof, I nave hereunto set my hard and affixed the seal of the Companies on this I st day d February . 201 S - CO ;`te,;4pPPO �'i'.'Z •�0'eeOF 94i:y<:///-• A� 2003 ' Z' : a•'• 1933 : C: Secretary :v. o; .s". P0A.0018 (3117) , ...... ARIZONA STATUTORY PERFORMANCE BOND FOR CONSTRUCTION PURSUANT TO TITLES 28, 34, AND 41, ARIZONA REVISED STATUTES (Penalty of this bond must be.100% of the Contract Amount) Project # 18-4140 Bond No. NAZ1649 KNOW ALL MEN BY THESE PRESENTS That, Sunline Contracting, LLC (hereinafter. called Principal), as Principal, and Merchants National Bonding, Inc. (hereinafter Surety), a corporation organized and existing under the laws of the State of Iowa with its principal office in the City of Des Moines holding a certifc,ate of.authority to transact surety business in Arizona issued by the Director of Insurance pursuant to Title 20, Chapter 2, Article 1, as Surety. are held and firmly bound unto .City of Goodyear (hereinafter Obligee) in the amount of One Hundred Fifty Thousand and no/100 Dollars ($150,000.00 ), for the payment whereof, Principal and Surety band themselves, and their heirs, administrators, executors, successors and assigns, jointly and severalty, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of April 20 18 , to construct and complete certain work described as Paving Marking Services - Installation/Removal - annual contract Bond tens: April 9, 2018 to April 8, 2019 Which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal faithfully performs and fulfills all the undertakings, covenants, terms, conditions, and agreements of the contract during the original term of the contract and any extension of the contract, with or without notice of the Surety, and during the fife of any guaranty required under the contract, and also. performs and futfills ail the undertakings, covenants, terms, conditions, and agreements of al duty authorized modifications of the contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, the above obligation is void. Otherwise it remains in full force and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to the provisions of Tile 34, Chapter 2, Article 2, Arizona Revised Statutes, and all fiabifibes an this bond shall be determined in accordance with the provisions of Tile 34, Chapter 2, Article 2, Arizona Revised Statutes, to the same extent as if it were copied at length in this agreement The prevailing party in suit on this bond shall recover as a part of his judgment such reasonable attorney fees that maybe fixed by judge of the court Witness our hands this 9th. day of April .20 18 Sunline Contracting, LLC Merchants National Bonding, Inc. - Pr (Seal) Surety j, (Seal) B ly / r�� By: Jen nnThomp t AP day_in-Fact Tile: PiiE 1. Agency of Record: - Crest Insurance Group 7272 E: Indian School Road #375 Scottsdale. AZ 85251 480-689-5295 Approved by Awwa Dep M*rn of Administratim - Effective 430192 M_ERCHANTS�� BONDING COMPANY - POWER OF ATTORNEY Know All persons By These Presents, mat MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC„ both being cdrpore;wns of the State of Iowa (herein collecbvey calf the •Companies') do hereby make, constitute and appoint. individually. Fiibeno J Istas; Heather J Perin: Jeri Lynn Thompson; Margie Wager, Marra R Lucero; Melody J Stockton; Michael J Meserbrink. thewtrueand lawful Aaomey(s1-in Fact, to sign its name as surety(res) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments rn the nature thereof, on behalf of the Companies in their business of guaranteeing the We" of persons, guaraNeeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any acllom or proceedings allowed by law. This Power-of-ALLorrey, is granted and is signed and sealed by facsimile under and by autnwty of the following Bylaws adopted by, the Board of Directors of Merchants Bonding Company (Mutual) on Apnd 23. 2011 and amended August 14, 2015 and adopted by the Board of Dream of Merchants National Bonding. Inc., on October 16, 2015. "The President. Secretary. Treasurer, or any Assistant Treasurer or any Assistant Secretary or any vice President shall have power and authority to appoint ACaneys-in-Fact, and to authorize them to ezenaae on behalf of the Comparry,and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.' 'The signature of any authorized officer and the seal of tare Company may be aRxed by facsimile or electronic transmission to any Power of Attorney or Certification thereof autnaaig the execution and delivery of any bond, undertaking, recognizance, or other suretyship oblgatiomof the Company, and suer signature and seal when so used snaa nave the same force and effect as though manually hued." In connection with obligations in favor of the Florida Department of Transportation only, w is agreed that the power and aur notify hereby given to the Attorney-rn-Fact includes any and all consents for the release of retained percentagesand/or foal estimates on engineering and constructors contracts required by the Slate of Florida Departmlent of Transportation, It is fully understood that consenting to the State ofFlorida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its Obligations under Its bond, In connection with oblgatiom in favor of the Kentucky Department of Highways only, It is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner. Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In VJliness Whereof. the Companies have caused this instrument to be signed and sealed this 31st day of • erVOA 9'-.'f : •z: 6'- 1933 : c; . Y May , 2017 MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. y BZ� ! Presdem STATE OF IOWA . '•••' COUNTY OF DALLAS as On this this 31st day of May 2017 , before me appeared Larry Taylor. to me personalty known• who bemg by me duty sworn did say that he u President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL. BONDING, INC.: and that the seals affixed to the foregoing instrument are the Corporate Sear, of the Companies; aro that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. AUCIA K, G RAM 0 r Commission Number 767430 t'} My Comm ss on Exp res April 1. 2020 Notary Pudic (Expiration of notary's commission does not invalidate this instrument) 1, Wiliam Warner, is.. Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do herby cemfy that the above and foregoing is a true and conetl copy of the POWER-OF-ATTORNEY executed by said Companies, which is -slid in full force and effect aro has not been amended or revoked. In Wi0less Whereof, I have hereunto set my hard and affised the seal of the Companies on this 9th day of April . 2018 Pt,Pq 0�6s :•O��'NPOa�q�'� V'•. 2003 ?axe • Q. 1933 : •Y Secretary tsi •. c. POA 0018 (31171 '"•' ARIZONA STATUTORY PAYMENT BOND FOR CONSTRUCTION PURSUANT TO TITLES 28, 34. AND 41, ARIZONA REVISED STATUTES (Penalty of this bond must be 100% of the Contract Amount) Project # 18.4140 Bond No. W1649 KNOW ALL MEN BY THESE PRESENTS That. Sunline Contracting. LLC (hereinafter tatted Principal), as. Principal, and Merchants National Bonding, Inc. (hereinafter Surety), a corporation organized and existing under the laws of the State of Iowa with its principal office in the City of Des Moines holding a certificate of authority to transact surety business in Arizona issued by the Director of Insurance pursuant to Tifle 20, Chapter, 2, Article 1, as Surety, are held and fumy bound unto City of Goodyear (hereinafter Obligee) in the amount of One, Hundred Fifty Thousand and no/100 Dollars ('$150,000.00 for the payment whereof, Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severalty, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of April , 20 18 , to construct and complete certain work described as. Paving Marking Services - Installation/Removal - annual contract Bond term: April 9, 2018 to April 8, 2019 Which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal promptly pays all monies due to all persons supplying labor or materials to the Principal or the Principal's subcontractors in the prosecution of the work provided for in the contract, this above obligation is void. Otherwise it remains in fug force and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to the provisions of Tittle 34, Chapter 2, Article 2, Arizona Revised Statutes, and all liabilities on this bond shall be determined in accordance with the provisions of Tdle 34, Chapter 2, Article 2, Arizona Revised Statutes, to the same extent as if 0 were copied at length in this agreement. The prevailing party in suit on this bond shag recover as a part of his judgment such reasonable attorney fees that may be fined by a judge of the court Witness our hands this 9th day of April .20 18 Sunline.Contracting, LLC Principal (Seal) By: Tide:_0 E el Merchants NationaI Bonding. Inc: Sur (Sean By: ' W1 pt LI Jeri Lynty umTpsoAttor9 Y -in -Fact .Agency of Record: Crest Insurance Group 7272 E. Indian School Road #375 Scottsdale, AZ 85251 480-689-5295 Approved by Alam Departrnere of Administration — Erteaive a 300 MERCHANTS BONDING COMPANY— POWER OF ATTORNEY Know An Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the'Companies-) do hereby make. colslau a and appoint, indivbualy. Figbertd J Islas; Heather J Penin; Jeri Lynn Thompson; Margie Wager; Mahe R Lucero; Melody J Stockton' Michael J Mesenbrink Neu true and lawful Attomey(sFit-Fac, to sign its name as surety(hes) and to execute, seal and admowtedge.any and an bonds..undertakings, contracts and other written instruments in the nature thereof, on behalf -of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of mntrach and executing or guaranteeing ponds and undertakings required or permitted in any actions a proceedings allowed by law. This Powerof-Aoomey is granted and is signed ars Mated by facsimile under and by authorly of the following By -Laws adopted by the Board of Directors of Merchams Bonding Company(Mutual)on April 23, 2011 ants amended August 14, 2015 and adopted by the Board of. Duaprs e of Merchants National Bonding, Inc., on October 18, 2015. 'The President, Secretary, Treasurer. or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have pourer andauthoriry to appoint Aftwneys-n-Fact, and to authorize them to exerarte on hehaff M tM Company, and attach the seal of the Company thereto, bonds and undertakings, remgn®noes, contracts of indemnity and other writings obligatory in the nature thereof:' The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Cerdfiotion ,thereof authorizing .the execution and delivery of any bond, undertaking, recognizance. or other suretyship obligations of the Company, and such signature and seat when so used shag have the same force and effect as though manually foxed' In connection with obligations in favor of the Florida Department of Transportation only, it is agreed trial the power and alit hoityL hereby given to the Attoney-lot-Fact incudes any and all consents for the release ofretained percentages and/or final estimates on engineering and construction contracts required by the State of FnorWa Department of Transportation. It is fully understood that consenting to the Sate of Florida Department' of Transportation making payment of the .final estimate to the Contractor and/or its assignee, shag -not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-inFaci cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commisiioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prom to the modification or revocation. In NAtness Whereof, the Companies have mused this instrument to be signed and sealed tris 3tsl day of May . 2017 pt\ONq. Ay 0.ON� � 4�pP0/Q�9 • ME�Iy yyMERCHANTS NATIONAL BONDING. :ail -o o.o_ :ryi2 _o_ o;^•' •z: �`.. 2003 cZi' : y: 1933 i c: By •• ... *..._ 7 • ' :69k,.. ...\1a•• .President STATE OF IOWA COUNTY OF DALLAS ss. On this this 31st'asy of May 2017 , before me appeared Larry Taylor, to me personally known, who being by me duty sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC:; and that lire seats affixed to the foregoing instrument are the Corporate Seats or the Compmies�. and that the said instnmhenl was signed and sealed in behalf ,of the Companies by authority of their respective Boards of Directors. �Tws°a C AUCIA K. GRAM i Commission Number 707430 Mq Cortin scion Exp res airrF April 1,2020 Notary Public Public (Expiration of notary's commission does not Invalidate this instrument) 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify tai the above and foregoing is a true and collect copy of the POWER -0F -ATTORNEY executed try said Companies, which is in fun force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the sea) of the Companies on this 91h day or April .2018 - Pt\PONA(� : O*p...... 0 09. : S ° 2 • a 1933 : e: Secretary 2003 c3; • y:- , ti POA 0018 (3/17) CERTIFICATE OF LIABILITY INSURANCE DAm povDarrym THIS CERTIFICATE.IS:ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER. THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED; the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS. WAIVED; subject to the termsandConditions of the policy,. certain policies may require an endorsement. A statement on this certificate does net Confer rlahts to the certificate holder In Ilou of such andorsamandsl- PRODUCER Crest Insurance Group, LLC .5285E Williams Cir. St=_ 4500 .Tucson AZ 85711 RSURED Sunline Contracting, LLC 820 N. 17th Ave Phoenix AZ 85007 COVERAGES CERTIFICATE NUMBER: 1624649956 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVMSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT - WITH RESPECT TO VMICH THIS CERTIFICATE MAY BE ISSUED ORWMAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN ISSUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TR YP TE OF INSURANCE. rNxxr NUMBER -way Y' POLICY UP Lours B' 'X.. I COMMERCIALGENERALLUIBLLRY CWMSYADE ElOCCUR Y Y Z5,245 10212017 10212013 EACN OCCURREUC slow.000 PRENSE Ea mNlnllz 52m.m MEDEXP(AmoMp l 510.000 PERSONAL A AW IUAJRY S 1.000,900 'GEM- AGGREjGATE LIMIT APPuES PER: POIICYI��JPEC Flux OBER: GENERAL AGGREGATE IS0,006.006 PRODUCTS -CO A. SE SI.O06000 15 8.PA�11MMOLISUARAM AUTO OWNED SLNEOULED AUTOS ONLY AUTOSBODILY ONLY X AUTOS ONLY I Y v Z ,r9 132IM17 10212013. CONLIRNEO�ED SWGL LIMIT IS 0 0ANY BODILY INJURY rPs pMN1nI S 1.006060 IAUURY (PvAm> q I S f006.000AUTOS Port IS B X UMBRIULAUMS ExCE53 uAs X OCCUR CIAIMSMADE Y Y (Z14219 110=1? 10!12913 EACMOCLURREN 35090.000 AGGREGATE 5 DED X PETENnONS 3 ,A WOrOLF]tb COImFNSILTiOH AND EMRCYERS' UAaaJiY YIN AN `RKXME IETOR9ARE�>�®IEYELOTNE ❑ (MSrauaaWW" N NH) DES(.'RIPTgN OPERATIONS ovmW N I A Y WW(,2� 1011/ 7 10212013 5 MEI ERµ E.L. EACN ACOOEfJT S 1,000.000 EL.. DSEASE -EA EMPLOY S 1000,006 E DISEASE - POLICY LAW S1,=.000 DESCRIPTIONOFOP TION31LOCATIOMIVENICLES P190R0101. AO�bWRMrvlta Sc1rOWa,vuydfficManon Aww hIaaPba01 Certificate holder and others when required in a written contract Or agreement are Additional Insured (General Liability 8 Automobile UabOlty) includvg Products Completed. :Covera gqa is Primary 8 NonContributory (General Liability). Waiver of Subrogation (General Liability, Automobile Liability 8 Workers Compensation) applies. Thisform is subject to all policy forms. terms, endorsements, conditions definitions 8 exclusions., CITY OF GOODYEAR 190 N LITCHFIELD ROAD GOODYEAR AZ 85338 ACORD 25 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. SUTH�0 r9:PR6ENTATNE C,o4 A%#-Qkw The ACORD name and logo are registered marks of ACORD All dahts Policy No. Z84249 ADDITIONAL INSURED - OWNERS; LESSEES OR CONTRACTORS - AUTO- MATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Section 11 - Who Is An Insured is amended to include as an additional insured: a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing In a contract or agreement that such person or organization be added as addi- tional insured on your policy; and b. Any other person or organization you are required to add as an additional insured. under the contract or agreement described in paragraph a above. Such person or organization is an additional insured only with respect to liability for bodily injury, property damage or personal and ad- vertising injury caused, in whole or in part, by: a. Your acts or omissions; or b. The ads or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured. A person's or organization's status as an addl- tional insured under this endorsement ends when your operations for that additional insured are completed. 2. With respect to the insurance afforded to these additional insureds, the following additional ex- clusions apply: This insurance does not appy to: CG -7194(5-13) a. Bodily Injury, property damage or personai and advertising injury arising out of the ren- dering of, or the failure -to render, any pro- fessional architectural, engineering or sur- veying services, including: (1) The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, Inspection, architectural or engineering activities: b. Bodily injury or property damage occurring after. (1) All work, including. materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the location of the covered operations has been complet- ed; or (2) That portion of your work out of which the Injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in per- forming operations for a principal as a part of the same project. 3. The insurance provided by this endorsement Is primary and noncontributory. Policy No. Z84249 ADDITIONAL INSURED - COMPLETED OPERATIONS - PRIMARY CG -7274(513) AND NONCONTRIBUTORY AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU (OWNERS, LESSEES OR CONTRACTORS) This endorsement, modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Section II - Who Is An Insured is amended to Include as an additional insured: a. Any person(s) or organization(s) for whom you have performed operations if you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your poli- cy for completed operations; and b. Any other person(s) or organization(s) you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional insured only with respect to liability, included in the products -completed operations hazard for bodily injury or property damage caused, in whole or in part, by your work performed for that additional insured at the location desig- nated and described in the contract or agree- ment. 2. This insurance does not apply to a. Bodily injury or property damage which oc- curs prior to the execution of the contract or agreement described In item 1; or b. Bodily injury or property• damage that oc- curs after the time period during which the contract or agreement described in item 1 requires you to add such person or or- ganization onto your policy as an additional insured for completed operations; or c. Bodily injury or property damage arising out of the rendering of, or the failure to render, any professional, architectural, engineering or surveying services, including: (1) The preparing, approving or failing to prepare or approve maps, shops drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. 3. The "insurance provided by this endorsement is primary and noncontributory. Policy No: 284249 ADDITIONAL INSURED - AUTOMATIC STATUS WHEN REQUIRED IN wRITTEN AGREEMENT wrrH YOU - PRIMARY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM. 1. Who Is an Insured under Section II Liability Coverage is amended to include any person .or or- ganization with whom you have agreed in writing in a contract or .agreement that such person or or- ganization be added as an additional insured on your policy. Such persons or organizations are addi- tional insureds only with respect to liability arising CA -7214(10.98) out of operations performed for the additional in- sured by you. 2. The coverage provided by this endorsement will be primary and noncontributory with respect to any other coverage available to the additional insured. 3. The Limits of Insurance applicable -to the addi- tional insured are those specified in the written con- tract or agreement or in the Declarations for this Coverage Form, whichever is less. These Limits of Insurance are inclusive and not in addition to the Limits of Insurance shown In the' Declarations. Policy No. Z84249 ACUITY ENHANCEMENTS -GENERAL LIABILITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Extended Non -Owned Watercraft Exclusion g Exception (2)(a) of Coverage A - Bodily Injury and Property Damage Liability is replaced by the following: (a) Less than 51 feet long; and B. Increased Bail Bond Amount The limit shown in paragraph lb of Supplemen- tary Payments - Coverages A and B is in- creased to $1,000. C. Increased Reasonable Expenses incurred by the Insured The Iim@.shown in paragraph'1d of Supplemen- tary Payments - Coverages A and B Is in- creased to $350. 0. Newly Acquired Organizations Item 3a of. Section II - Who Is An Insured is replaced by the following: a. Coverage under this provision is afforded only.urttil the 180th day after you acquire or forth the organization or the end. of the policy period, whichever its earlier; E. Tenants Legal Liability Paragraphs (1); (3) and (4) of the Damage to Property Exclusion under Section.) - Coverages do not apply to property damage (other than damage by fire) to premises; including the con- tents of such premises, rented to you for a period of 8 or more consecutive days. The most we will pay under this coverage for damages because of property damage to any one premises is $10;000. A $250 deductible applies. F. Knowledge of Claim or Suit The following, is added to paragraph 2, Duties In the Event of Occurrence, Offense, Claim or Suit of Section IV - Commercial General Liabil- ity Conditions: Knowledge of an occurrence, claim or suit by your agent, servant or employee shall not in itself constitute knowledge of the Named In- sured unless an officer of, the Named Insured has received such notice from'the agent, ser- vant or employee. G. Unlntentional'Fallure to Disclose Hazard The following is added to the Representations Condition under Section N - Commercial Gen- eral Liability Conditions: Based on our dependence upon your repre- sentations as to existing hazards, If unintention- ally you should fail to disclose all such hazards CG7301(11.14) at the Inception date of your policy, we will not reject coverage under this policy based solely on such failure. H. Waiver of Subrogation for WrittenContracts The following is added to the Transfer of Rights of Recovery Against Others to Us Condition under Section 'IV- Commercial General Liability Conditions: We waive any right of recovery we may have against a person or organization because of payments we make for Injury or damage arising out of your ongoing operations or your work done under a contract with that person or or- ganization and included in the products -com- pleted operations haiard. The waiver applies only to a person ovorganization with whom you have a written contract of agreement in which you are required to waive rights of recovery under this policy. Such contract or agreement must have been executed prior to the occur- rence causing injury or damage. 1. Liberalization The following is added to Section IV - Commer- cial General Liability Conditions: If we adopt any revision that would broaden the coverage under this policy without additional premium within 45 days prior to or during the policy period, the broadened coverage will im- mediately apply to this policy. J. Broadened Bodily Injury The Definition of. Bodily Injury is amended to include mental anguish. K. Electronic Data Liability (ca<aawd � pax) Exclusion 2q of Coverage:A -Bodily Injury And Property Damage Liability In Section I - Coverages is replaced by the following: 2. Exclusions This insurance does not apply to; q. Access Or Disclosure Of Confi- dential Or Personal Information And Data -related Liability Damages arising out of (1) Any access to or disclosure of any person's or organization's confidential or personal infor- mation, including patents, trade secrets, processing methods, customer lists, finan- cial information, credit card in- formation, health information or any other type of nonpublic information; or (2) The loss of, loss of use of, damage to, corruption of, in- ability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. This exclusion applies even if dam- ages are claimed for notification costs, credit .monitoring -expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by you or others arising out of that which is de- scribed in paragraph (1) or (2) above. However, unless paragraph (1) above applies, this exclusion does riot apply to damages because of bodily injury. 2. The following paragraph is added to Section III r Limits of Insurance: Subject to paragraph 5 above, $10,000 is the most we will pay under Coverage A for property damage because of all loss of electronic data arising out of any one occur- rence. 3. The following definition is added to Section V - Definitions: 'Electronic data" means information, fads or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and application software), hard or floppy disks, CD-ROMS, tapes, drives, cells; data processing devices or any other media which are -used with electronically controlled equipment. 4. For the purposes of this coverage, the defi- nition of property damage" in Section V - Defuiitions.is replaced by the following: "Property damage" means: a. Physical injury to tangible property, in- ctuding,ell resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused. it; or c. Loss of, loss of use of, damage to, corruption of, inability to access,.or in- ability to properly manipulate electronic data, resulting from physical injury to tangible property. AD such loss of elec- tronic data stiati-be deemed to occur at the time of the occurrence that caused it. For the purposes of this coverage, elec- tronic data Is not tangible property. L. Employee Benefits Liability Coverage 1: The following is added to Section I - Cov- erages: (C=m Wed inn fie) Insuring Agreement a. We will pay those sums that the in- sured becomes legally obligated to pay as damages because of any act, error or omission, of the insured, or of any other person for whose acts the insured is legally liable, to which this coverage applies. We will have the right and duty to defend the Insured against any suit seeking those damages. However, we will have -no duty to defend the insured against any suit seeking damages to which this nnverage rine, nnl apply. We may, at our discretion, investigate any report of an act, error or•omission and settle any claim or suit that may result. But (1) The amount we will pay for darn- ages artyages is limited as described in paragraph 5 of this coverage; and (2) Our right and duty. to defend ends when we have used up the applica- ble limit of insurance in the payment of judgments or settlements. No other obligation or liability to pay sums or perform ads or services is covered unless explicitly provided for under Supplementary Payments. b. This coverage applies to damages only (1) The ad, error or omission, is negli- gently committed in the administra- tion of your employee benefit pro- gram: (2) The ad, error or omission, did not take place before the original incep- tion date of this coverage nor after the end of the policy period; and (3) A claim for damages; because of an ad, error or omission„is first made against any insured, in accordance with paragraph c below, during the policy period or an Extended Report- ing Period we provide under para- graph 6 of this coverage. c. A claim seeking damages will be deemed to have been made at the ear- lier of the following times: (1) When notice of such daim'is re- ceived and recorded by any Insured or by us, whichever cones first; or (2) When we make settlement in ac- cordance with paragraph a above. A claim received and recorded by the (continued n Pape) insured within 60 days after the end of tial security or disability benefits law or the policy period will be considered to any similar law. have been received within the policy g. ERISA period, if no subsequent policy is avail- able to cover the claim. Damagesfor which any Insured is liable d. All claims for damages made by an because of liability imposed on a,fidu- employee employee because of any ad, error or clary by the Employee Retirement In - Security Act of 1974, as now or omission, or a series of related acts, hereafter amended, or by any similar errors or omissions. including damages federal, state or local laws. claimed by such employee's depen- dents and beneficiaries, will be deemed h. Available Benefits to have been made at the time the first Any claim for benefits to the extent that of those claims is made against any such benefits are available, with rea- insured. sonable effort and cooperation of the Exclusions insured, from the applicable funds ac - This coverage does not appy to: c rued or other collectible insurance. a. Dishonest, Fraudulent, Criminal Or L Taxes, Fines Or Penalties Malicious Act Taxes, fines or., penalties, including Damages arising out of any intentional, those imposedunder the Internal Rev- dishonest, fraudulent, criminal or mali- enue Coda or any similar state or local law. law. cious act, error or omission, committed by any Insured, including the willful or J. Employment -Related Practices reckless violation of any statute. Damages arising out of wrongful ter - b. Bodily Injury, Property Damage, Or urination of employment, discrimination, Personal And Advertising Injury or other employment-related practices. Bodily injury, property damage or per- 2. For the purposes of the coverage provided: sonal and advertising injury. a. All references to Supplementary Pay - c. Failure To Perforin A Contract ments - Coverages A and B are re - Damages arising out of failure of perfor- pieced by Supplementary Payments - Coverages A. B and Employee Benefits mance of contract by any insurer. Liability: d. Insufficiency Of Funds b... Paragraphs lb and 2 of -the Supplemen- Damages arising out of an insufficiency tary Payments provision do not appy. of funds to meet any obligations under u 3. For the purposes of the coverage provided, any plan included in the employee Paragraphs 2 and 3 Section II -Who is benefit program. An Insured are replaced by the following: e. Inadequacy Of Performance Of In. 2. Each of the following is also an insured: vestment/Advice Given With Respect To Participation a. Each of your employees who is or Any claim based upon: was authorized to administer your employee benefit program. (i) Failure of any investment to per- b. Any persons, organizations or em- fo�; ployees having proper temporary (2) Errors in providing information on authorization to administer, your past performance of investment ve- employee benefit program. H you hides; or die, but only until your legal repre- (3) Advice given to any person with sentative is appointed. respect to that person's decision to c. Your legal representative if you die, participate or not to participate in but only with respect to dudes as any plan included in -the employee such. That representative will have benefit program. all your rights and dudes under this I. Workers' Compensation And Similar coverage. Laws 3. Any organization you newly acquire or Any daim arising out of your failure to form. other than a partnership, joint ven: comply with the mandatory provisions lure or limited,liability company, and over of any workers' compensation, unem- which you maintain ownership or majority ployment compensation insurance, so- interest; will quality as a Named Insured if no other similar insurance applies to that (continued n Pape) organization. However ginning of the policy period shown in the a. Coverage under this provision is af- Declarations of the policy to which this cov- forded only untilthe'90th day after erage is attached, unless the policy period you acquire or form the organize- is extended after issuance for an additional tion or the" end of the policy period„ period of less than 12 months. In that case, whichever is earlier. the additional-pertod will be deemed part of the last preceding period for purposes of b. Coverage under this provision rices determining the Limits Of Insurance. nota pply to any act, error or orris- sion that was committed before you Deductible acquired or formed the organza- a. Our obligation to pay damages on be - tion. half of the Insured applies only to the 4. For the purposes,of the coverage provided, amount of damages in excess of the Section III - Limits Of Insurance is replaced deductible amount stated in a below as by the following: applicable to Each Employee. The limits of insurance shall not be reduced by Limits Of insurance the amount of this deductible. a. The Limits of Insuiance shown in d be- b. The deductible amount stated in a be- low and the rules below fix the most we low applies to all damages sustained by will pay regardless of the number of: any one employee, _including such em- (1) Insureds; ployee's dependents and beneficiaries, (2) Claims made or suits brought; because of all ads, errors or omissions to which this coverage applies. (3) Persons or organizations making claims or bnngingsaits; c. The terns of this coverage; including g triose with respect to: (4) Ads, errors or omissions; or (1 p Our right and duty to defend any (5) 'Benefits included in your employee suits seeking those damages; and benefit program. (2) Your duties, and the dirties of any b. The Aggregate Limit is the most we will other involved insured, in the event pay for all damages because of ads, of an act, arra or .omission, or errors or omissions negligently commit- claim ted In the administration of your am- ployes benefit program. apply irrespective of the application of the deductible amount. c. Subject to the Aggregate Limit, the Each Employee Limit is the most,we d. We may pay any part or all of the will pay for all damages sustained by deductible amount to effect settlement any one employee, including damages of any claim or suit and, upon notifica- sustained by such employee's depen- tion of the action taken, you shall prom - dents and beneficiaries, as a result of. ptly reimburse .us for such part of the deductible amount as we have paid. (1) An ad, error or omission; or e. Deductible (2) series of related ads, errors or omissions Each Employee Deductible: $1,000 omissions negligently committed In the administra- 5. For the purposes of the coverage provided, tion of your employee benefit program. Conditions 2 and 4of Section IV - Con- ditions are replaced by the following: However, the amount paid under this coverage shall not exceed; and will be 2. Duties In The Event Of An Act, Error subject to, the finite and restrictions Or Omission, Or Claim Or Suit that apply to the payment of benefits in a. You must see to it that we are any plan included in the employee notified as soon as practicable of benefit program. an act, error or omission which d. Limits of Insurance may result -in a claim. To the extent possible, notice should include: Each Employee Limit: $250,000 (1) What the act, error or omis- Aggregate Limit. $250,000 Mon was and when it oc- The Limits of Insurance of this coverage cured; and apply separately to each consecutive air (2) The names and addresses of nual,period and to any remaining period of anyone who may suffer dam - less than 12 months., starting with the be- ages as a result of the ad, ttomined rc MGem error or omission. that is effective prior to the b. If a.claim is made or suit is brought beginning- of the policy period against any Insured, you must: shown in the Declarations of this insurance and that applies (1) Immediately record the specif- to an act, error or omission on ics of the claim or suit and the other than a claims-made ba- date received; and sis, if the other insurance has (2) .Notify us as soon as practica- a policy period which contin- ble: ues after the original inception c. You and any other involved insured date of this coverage. must: (2) When this coverage is excess, (1) Immediately send us copies of we will have no duty to defend any demands, notices, sum- the insured against any suit if monses or legal papers re- any other insurer has a•duty ceived In connection with the to defend the insured against clairn or suit; that suit. If no other insurer defends, we will undertake to (2) Authorize us to obtain records do so, but we will be entitled and other information; to the insured's rights against (3) Cooperate with us in the in- all those other insurers. vestigation or settlement of (3) When this coverage is excess the claim or defense against over other Insurance, we will the suit; and pay only our share of the (4) Assist us, upon our request,-in amount of the loss, if any, that the enforcement of any right exceeds the sum of the total against any person or organi- amount.thal all such other in- zation which may be liable to surance would pay for the loss the insured because of an act, in ,absence of this coverage; error or omission to which this and. the total. of all deductible coverage may also apply. and self-insured amounts un- der all that other insurance. d. No insured will, except et that in- sured's own cost, voluntarily make (4) We will share the remaining a • payment, assume any obligation loss, if any, with any other in- or incur any expense without our surance that is not described consent: in this Excess Insurance prove- s. The requirements to notify us can requirementsbe sion and was not bought iipe- cifigto apply (n excess of satisfied by notifying our agent. the Limits of Insurance shown i Notice can be by any means of in paragraph Sit of this cov- communication. erage. 4. Other insurance If other valid and collectible insurance is available to the insured for a loss we cover under this coverage, our obliga- tions are limited as follows: a. Primary Insurance This coverage is primary except when paragraph.b below applies. If this coverage is primary, our obliga- tions are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in paragraph c below. b. Excess Insurance (1) This coverage is excess over any of the other insurance, whether primary, excess, con- tingent or on any other basis (rons.ma ro 1 page) c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contri- butes equal amounts until it has paid .its applicable Limit of Insur- ance or none of the,loss remains; whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, ,each insurers share is based on the ratio of its applicable Limits of Insurance to the total applicable Limits of Insur- ance of all insurers. S. For the purposes of the coverage provided, the following Extended Reporting Period provisions are added, or, 0 this coverage is attached to a claims-rimade Coverage Part, replaces any similar Section in that Cev- erage Part: EXTENDED REPORTING PERIOD a. You will have the right to purchase an Extended Reporting Period, as de- scribed belowjf: (1) This coverage is canceled or not renewed; or (2) We renew, or replace this coverage .with insurance that: (a) Has an inception date later than the original inception date of this coverage; or (b) Does not. apply to an act, er- ror or omission on a claims - made basis. b. The Extended Reporting Period does not extend the policy period or change the scope of coverage provided. It ap- plies only to claims for acts, errors or omissions that were first committed be- fore the end of the policy period but not before the original inception date of this coverage. Once in effect, the Extended Reporting Period may not be canceled. c. M Extended Reporting Period of five years is available, but only by an en- dorsement and for an extra charge. You must give us a written request for the . endorsement within 60 days after the and of the policy period. The Ex- tended Reporting Period will not go into effect unless you pay the additional premium promptly when due. We will determine the additional pre- mium in accordance with our rules and rales. In doing so, we may take into account the following: (1) The employee -benefit programs in- sured; (2) Previous types and amounts of in- surance; (3) Limits of insurance available under .this coverage for future payment of damages; and (4) Other related factors. The additional premium will not exceed 5100. The Extended Reporting Period en- dorsement applicable to this ooverage shall set forth the terns, not Inconsis- tent with this Section; applicable to the Extended Reporting Period, including a provision to the effect that die coverage (midlnued rod page) afforded for claims first received during such period is excess over any other valid and collectible insurance available under policies in force after the Ex- tended Reporting Period starts. d. If the Extended Reporting Period is in effect, we will provide an extended re- porting period aggregate gmlt of insur- ance described below,. but only for claims first.received and recorded dur- ing the Extended Reporting Period. The extended reporting period aggreg- gate limit of insurance -will be equal to the dollar amount shown In paragraph 5d of this coverage under Limits of In- surance. Paragraph 5b of. this coverage will be amended accordingly. The Each Em- ployee Limit shown in paragraph 5d will then continue to apply as set forth in paragraph 5c. 7. For the purposes of the coverage provided, the following definitions are added to the Definitions Section: a. Administration' means: (1) Providing information to employees, Including their dependents and beneficiaries, with respect to eligi- bility for or scope of employee benefit programs; (2) Handling records in connection with the employee benefit program; or (3) Effecting, continuing or terminating any employee's participation in any benefit included in the employee benefit- program. However, administration does not in- clude handling payroll deductions. b. 'Cafeteiia plans' means plans autho- rized by applicable taw to allow employ- ees to elect to,pay for certain benefits with pre-tax dollars. c- 'Claim' means any demand, or suit, made by an employee or an employ- ee's -dependents and beneficiaries, for damages as the result of an 'act. error, or omission. d. 'Employee benefit program' means a program providing some or all of. the following benefits to employees, wheth- er provided through a cafeteria plan or otherwise: (1) Group life Insurance; . group acci- dent or health insurance; dental, vi- sion and hearing plans: and flexible spending accounts; provided that no one other than an employee may subscribe to such benefits and such benefits are made, generally available to those employees who satisfy the plan's eligibility require- ments; (2) Profit sharing plans„employee sav- ings plans, employee stock owner- ship plans, pension plans and stock subscription plans, provided that no one other than an employee may subscribe to such benefits and such benefits are made generally available to all employees who are eligible under the plan for such benefits; (3) Unemployment insurance, social security :benefits, workers' compen- sation and disability benefits; (4) Vacation plans, including buy and sell programs; leave of. absence programs, including military; mater- nity, family, and civil leave; tuition assistance plans; transportation and health dub subsidies; and (5) Any other similar benefits added thereto by endorsement. 8. For the purposes of the coverage provided, the following Definitions in the Definitions Section are replaced by the following: a. Employee” means a person actively employed, formerly employed, on leave of absence or disabled, orrefired. Em- ployee includes a leased worker. Em- ployee does not include a temporary worker. b. "Suit" means a civilproceeding in which damages because of an act, error or omission to which this coverage applies are alleged. Suit incudes: (1) An arbitration proceeding in which such damages are claimed and to which the insured must submit or does submit with our consent; or (2) Any other alternative dispute reso- tution proceeding in which such damages are claimed and to which the insured submits with our con- sent.. M._ Voluntary Property Damage 1. Nth respect to the'insurance provided un- der this coverage, paragraph 2 Exclusions of. Coverage. A Bodily Injury and Property Damage Liability under Section I - Cov- erages is modified as followed: a. Exclusion 2j(4) is replaced by the fol- lowing: (4) Personal property of others: (a) Held by the insured for servic- ing, repair, storage or sale at premises owned, occupied or rented to the insured. (b) Caused by the ownership, maintenance, use, 'loading or unloading of any auto, water- craft or transportation of prop- erty by any means. b. Exclusion 2j(5) is deleted. 2: The insurance. provided by this coverage is subject to the'foilowing provisions: a. We will pay for property damage at your request even if you are not legally liable, if it is otherwise subject to this coverage. b. Property damage does not include loss of use if personal property of others is not physically injured. c. Limits The most we will pay for an occurrence under this coverage is $2,500. The most we will pay for the sum of all amounts paid under this coverage is an aggregate of $2,500: The General Aggregate Limit and Each Occurrence Limit under, Section III - Umits,of Insurance do not apply to the insurance provided under this coverage. d. Settlement If you make any repairs to damaged property, at our request, we will pay the larger of your actual cost or 75% of your usual charge for the necessary la- bor and materials. Any property paid for or replaced by us may become our property at our option. Any payment made under this coverage shall not be interpreted as an admission of liability by the insured or the company.: e. Deductible Our obligation to pay for a covered loss applies only to the amount of loss in excess of $200. I. Other Insurance The insurance provided by this cover- age Is excess over any other insurance carried by the insured which applies to a loss covered by this coverage. N. Increased Limits. of Insurance (0m iwea =r pace) 1. The General Aggregate Limit is increased to three times the Each Occurrence.UmiL 2. The Products -Completed Operations Aggre- gate Limit is increased to three times the Each Occurrence Limit. 3. The Damage To Premises Rented To You The Limits of Insurance shown here do not Limit.is.increased to $250,000. replace and are not in -addition to the Limits of 4. The Medical Expense Limit is Increased to Insurance shown in the, Declarations: $10,000. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 4.84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the fight to reouver-our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization, named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement IMMUS.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization with whom you have entered into a written contract, a condition of which requires you to obtain this Waiverfrom us. This endorsement changes the poky to which it is attached and is effective on the date issued unless otherwise stated. _ (Tho Information below Is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 10/21f2017 Policy No. AMWC243302 .Endorsement No. insured Sunllne Contracting LLC Premium S Insurance Company American Mining insurance Company Countersigned by WC 00 03 13 (Ed: 4-84) 0 1933 NalCnal Cou1Kn on Cnmpamanen In�. Policy No. Z84249 ACUITY ENHANCEMENTS -BUSINESS AUTO CA4255(10-16) This endorsement modifies Insurance provided under D. Fellow Employee Coverage the following: The Fellow Employee Exclusion contained in BUSINESS AUTO COVERAGE FORM Section II - Liability Coverage does not apply. MOTOR CARRIER COVERAGE FORM E. Towing for Covered Autos after Covered A. Temporary Substitute Vehicle Physical Dam- Losses age The following is added to paragraph A4 Cov- The following is added to item C Certain Trail- erage Extensions of Section 111 - Physical Dam- ers, Mobile Equipment and Temporary Substi- age Coverage in the Business Auto Coverage tute Autos. under SectionI - Covered Autos: Forth and to paragraph A4 Coverage Extension under Section IV - Physical Damage Coverage If Physical Damage Coverage is provided by mageForm, in the Motor Carrier Coverage Forth and the this Coverage. any auto you not own Towing Coverage endorsement, 'rf it applies to w while used with permission of its owner.as a Your policy: temporary substitute for a covered auto .you own.thal is out of servicebecause of its break- If a covered loss to a covered auto renders the down, repair, servicing, loss or destruction is a vehicle undriveable, we will pay for reasonable covered auto for Physical Damage Coverage. and necessary costs to :taw the vehicle to the nearest service or salvage facility. This cov- B. Who Is an Insured erage only applies -to a covered auto insured The following are added to Who Is an Insured for Comprehensive or Collision coverage. Such under Section 11 - Liability Coverage: payments will not reduce the limits of insurance 1. Newly Acquired Organizations described in C Limit of Insurance. Any organization you newly acquire or form, F. Transportation Expenses other than a partnership. Joint venture or The 'Transportation"Expenses Coverage Exten- limited liability company, and over which sion is replaced by the following: you maintain ownership or majority interest, We will also pay up to $75 per day to a maximum will qualify as a Named Insured if there is of $1,500 for temporary transportation expense no other similar insurance available to that incurred by you because of the total theft of a organization. However: covered auto of the private passenger or light a. Coverage under this provision Is afforded truck type. Wewill pay only for those covered only until the 180th, day after you acquire autos for which you carry either Comprehensive or forth the organization or the end of the or Specified Causes of Loss Coverage. We will policy period, whichever is earlier, pay for temporary transportation expenses in - b. This coverage does not apply to bodily curred during the period beginning 48 hours after the theft and ending, regardless: of the policy's injury or property damage that occurred before you acquired Orf at the ed expiration, when the covered auto is returned to ganization; use or we pay for its loss. c. No person or organization is an insured G. Increased Sub4imit for Audio, Visual and with respect to the conduct of any cur- Data Electronic Equipment Coverage rent or past partnership, joint -venture or The sub -limit shown in paragraph C2 of the limited liability company that is not Limit of Insurance 'Provision of Section III - slown as a Named Insured In the Dec, Physical Damage .Coverage in the Business larations. Auto Coverage Form is increased to $3,000. 2. Employees as Insureds H. The following are added to Coverage Extensions urider Section III - Physical Damage Coverage in Any employee of yours is an insured while the Business Auto Coverage Form and to Sec - using a covered auto you do not own, hire tion -Physical Damage Coverage in the Motor or in your business or your personal ie Carrier Coverage Form: affairs. 1. Accidental Airbag Discharge C. Increased Supplementary Payments We will pay to replace an airbag that de - 11. The limit shown in paragraph A2a(2) of ploys .without the car being involved in an Section 11 - Liability Coverage is increased accident. This coverage applies only. to a to,$3,000. covered auto which you own. 2. The limit shown in paragraph A2a(4) of 2. Loan/Lease Gap Coverage Section II - Liability Coverage is increased to $300. In the event of a total loss to a covered auto of the private passenger or light truck CA -7255(10=16) (wnmueo� page) type, we will pay any unpaid amount due (1) The number of days reasonably ne- on the lease or loan, less: quhed to repair or replace the cov- a. The amount paid under the Physical ered auto. If loss is caused by Damage Coverage Section of the poli- theft, this number of, days is added cy; and to the number of days it takes to ,b. Any: locate the covered auto and return it to you. (1) Overdue lease/loan payments at (2) 30 days. the time of the loss; (2) Financial penalties imposed under d. Our payment is limited to the lesser of the following amounts: a lease for excessive use, abnor- mal wear and tear or high mileage; (1) Necessary and actual expenses in- (3) Security deposits not returned by cured. the lessor; (2) $75 per day to a maximum of $1;500. (4) Costs for extended warranties, Credit Life insurance, Heahm, Ac- e. This =:erage does not appy while cident or Disability Insurance pur- there are spare or reserve autos avail- chased with the loan or lease; and able to you for -your operations. (5) Carry-overbalances from previous L N. loss resuits from the total theft of a loans or leases. covered auto to which this extension erage elunt paynyour�rentis taal 3. Hired Auto Physical Damage Coverage only that a oplies, of reim- If hued autos are covered autos for Liability bursement expenses which is not al- Coverage, then the Physical Damage Cov- ready provided for under the Physical erages provided under this Coverage Form Damage Coverage Extensions. for any auto you own are extended to autos g. The Rental Reimbursement Coverage of the private passenger or light truck type described above does not apply to a cov- which you lease, hire, rent or borrow for a ered auto that is described or designated period of 30 days or less, subject to the as a covered auto an Rental Reimburse- following limit. ment (;overage Fortis CA79923F. The most we will pay underthis extension is 5. Fire Extinguisher Recharge .the lesser of the actual cash value, the cost of repair or $50,000, minus a deductible. The We will pay the actual cost of recharging or deductible will be equal to the largest deduct- replacing, whichever is less, fire extinguish- ible applicable to any owned auto of the pri- ers kept in your covered auto that are inten- vate passenger or light truck type for that tionally discharged in an attempt to extin- coverage. Subject to the above limit, deduct- guish a fire. ible and excess provisions, we will provide 6. Rental Reimbursement, Business Income coverage equal to the broadest coverage ap- and Extra Expense Coverage plicable.to any covered auto you own of the Limits private passenger or light buck type. 4. Rental Reimbursement Coverage for Pri- The most we will pay for all foss each covered auto involved in any one accident for vate Passenger Vehicles or Light Trucks Rental Reimbursement, Business Income. a. This coverage applies only to a covered and Extra Expense combined is $10,000. auto of the private passenger or light Coverage truck type. b. We will pay for rental reimbursement a. Rental Reimbursement Coverage expenses incurred by you for the rental (1) We will pay for expenses incurred of an auto because of a covered mss to by you during the period ofrestoia- an auto to which this extension applies. tion for the rental of an auto made Payment applies in addition to the oth- necessary because of a covered erwise applicable amount of each cov- loss to a covered auto used in your erage you have on a covered auto. No business. The mss must be caused deductibles apply to this coverage. by ,a cause of loss covered under a We will pay only for those expenses in- item At of Physical Damage Cov- erage in this Coverage Part. curred during the policy period beginning 24hours after the lass and ending, re- (2) This Recital Reimbursement Cover- gardless of the policy's expiration, with age does not appy to a covered the lesser of the following number of days: auto of the private passenger or (03Mhnd and papal light truck type because coverage for these vehicles is provided in item 4 of this endorsement. b. Business Intone and Extra Expense Coverage (1) Business Income Coverage (a) Actual Loss Sustained Cover- age - We will pay the actual loss of business income sus- tained by you as the result of the necessary suspension of your business during the pe- riod of restoration due to a loss to a covered auto used in your business. The loss must be caused by a cause of toss covered under item Al of Physical Damage Coverage in this Coverage Part. (b) Specified Amount per Day Coverage -.At your, option, we will pay up to $250 per day for a maximum of seven days during the period of restore - tion -for income loss. The loss must be caused by a cause of loss covered under item Al of Physical Damage Coverage in this Coverage Part. (2) Extra Expense Coverage We will pay thenecessary and rea- sonable extra expenses that you in- cur during the period of restoration that you would not have incurred had there been no loss to a cov- ered auto used in your business. The loss must be caused by a cause of loss covered under Rem All of Physical Damage' Coverage in this Coverage Part: Conditions a: Any -payment for Business Income made under specified Amount per Day Coverage reduces the payment we make under -any other coverages listed in extension 6. f. We will not pay for loss or expenses caused by suspension, lapse or can- cellation of any license, lease or Con- tract. But if the .suspension, lapse or cancellation is directly caused by the suspension, of your business. we will cover such loss that affects your busi- ness Income. g. We will pay for expenses you incur to reduce the amount that would other- wise -have been payable under this cov- erage. We will not pay more than the amount by which you actually reduce the business income loss or extra ex- pense incurred, 7- Fuel In Vehicle Coverage We will also pay, with respect to a covered loss, the actual loss sustained for the loss to the fuel used, to operate your vehicle but only with respect to a covered auto. You must provide .documentation supporting your claim for damages. Deductible A deductible applies to this coverage. Refer to paragraph N Deductible Applicable to Fuel in Vehicle, Miscellaneous Equipment Used With Covered Vehicle Coverages, and Electronic Logging Devices or Electronic On -Board Recorders Coverages. 8. Miscellaneous Equipment Used With Covered Vehicle Coverage We will also pay, with.respect to a covered toss, the actual cash value, repair.cost or replacement cost, whichever is less, for loss to your miscellaneous equipment but only with respect to a covered auto: Exclusions We will not pay for loss caused by: a. Theft; unless there are visible signs or marks of forcible entry into the covered auto and the theft is reported to law enforcement authorities; or b. Mysterious disappearance. Deductible A deductible applies to this coverage. Refer b. No .other deductible applies to these to paragraph N Deductible Applicable to coverages. Fuel in Vehicle, Miscellaneous Equipment c. We will not pay under these coverages Used With Covered Vehicle Coverages, and if you do not repair or replace the cov- Electronic Logging Devices or Electronic ered auto. On -Board Recorders Coverages. d. You must resume all or part of your 9- Electronic Logging Devices or Electronic business as quickly as possible. On -Board Recorders ' s. If you have other autos you can use to We will also pay, with respect to a covered reduce the amount of loss payable un- loss. up to $3.000 for the actual loss sus - der these coverages, you are required tained to an electronic on -board recorder or to use them, electronic logging device permanently in- (mmmued nein page) stalled in the auto but only with respect to a covered, auto. Deductible A deductible applies to this coverage. Refer to paragraph N Deductible Apolicable to Fuel in Vehicle, Miscellaneous Equipment Used With Covered Vehicle Coverages, and Electronic Logging Devices or Electronic On -Board Recorders Coverages for further information. I: Deductible Provision Paragraph D, Deductible of Section III - Phys- ical Damage Coverage in the Business Auto Coverage Forth and paragraph D, Deductible of Section IV - Physical Damage Coverage in the Motor Carrier Coverage Forth are replaced by the following: 1. For each covered auto, our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declara- tions. Any Comprehensive Coverage de- ductible shown in the Declarations does not apply to loss caused by fire or lightning. 2. For combinations of tractor, truck semi- trailer or trailers when attached together by coupling devices at the time of loss, one -deductible will apply. a. If more than one auto of the combina- tion is damaged or stolen, the largest applicable deductible shown in the Dec- tarations will appy. b. If only one auto of the combination is damaged or stolen, the deductible shown in the Declarations for that auto will appy. 3. The .deductibles- will not apply to loss caused by a collision of a covered auto with any other auto insured by us. 4. If the insured chooses to have a damaged Windshield or other glass repaired instead of replaced, no deductible will appy to the loss. J. Knowledge of Claim or Suit The following is added to the Duties in the Event of Accident. Claim, Suit or Loss Con- dition: Knowledge of an accident, claim, suit or loss by an agent or employee of any' insured shall not in itself constitute knowledge of the insured. unless your partners, executive officers. direc- tors, managers, members or a person who has been designated by them to receive reports of accidents, claims, suits or loss shall have re- ceived such notice from the agent or employee. K. Waiver of Subrogation for Written Contracts The following is added to the Transfer of Rights of Recovery Against Others to Us Condition: We waive any tight of recovery we may have -against a person or organization because of payments we make for bodily injury or property damage arising out of your use of a covered auto which occurs while under a contract with that person or. organization.. The waiver applies only to a person or organization with whom you have a written contract or agreement requiring you to waive the right of recovery .under this policy. The written contract or agreement must have been executed prior to the accident caus- ing bodily injury or property damage. L Worldwide Coverage Territory for Hired Autos The following is added to paragraph B7 of Sec- tion eo-tion IV - Business Auto Conditions in the Busi- ness Auto Coverage Form and to paragraph B7 of Section V - Motor Carrier Condition_ s in the Motor Carrier Coverage Form: With respect to autos hired for 30 days or less, the coverage territory is extended to include all parts of the world if the insured's responsibility to pay damages,is determined in a suit in the United States of America (including its territor- ies and ,possessions), Puerto Rico of Canada or in a settlement we agree to: M. Mental Anguish Coverage 'The Definition of bodily injury is amended to include mental anguish. N. Deductible Applicable to Fuel' in Vehicle, Miscellaneous Equipment Used With Cov- ered Vehicle Coverages and Electronic Log- ging Devices or Electronic On -Board Re- corders (toms nuod next page) 1. If loss to property covered by these exten- sions isthe result of a loss to the covered auto under this Coverage Form's Compre- hensive or Collision Coverage, then for each covered auto our obligation to pay for, repair,.retum or replace damaged or stolen property will be reduced by the applicable deductible shown in the Dedamtinns. Any Comprehensive Coverage deductible shown in the Dedarations does not appy to loss to property covered by an extension caused by fire or lightning. 2. If loss to property covered by these exten- sions is the result of a loss to the covered auto under this Coverage Form's Specified Causes of Loss Coverage, then for each oov- ered auto our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a $100 deductible. 3. In the event that there is more than one applicable deductible, only the highest de- ductible will apply. in no event will more than one deductible apply. O. Coverage Extensions Definitions 1. "Business income" means the: a. Net income (Net profit or loss before income taxes) that would have been earned or incurred if no loss would have occurred; and b. Continuing normal operating expenses Incurred, including payroll. 2. "Extia expense" means those expenses you incur to avoid or minimize the suspension of business and to continue your business op- erations. 3. 'Light truck' means a truck with a gross vehicle weight of 10,000 pounds or less. 6. "Miscellaneous equipment' means hand trucks, dollies, pallets, pads, covers, bind- ers, tarps, tie -downs, chains and other Simi- lar equipment used in the handling of prop- erty being transported. 5. 'Pend of restoration" means the period of time that: a. Begins: (1) Twenty-four hours after the time of doss- for Rental Reimbursement Coverage or Business Income Cov- erage; or (2) Immediately after the time of loss for Extra Expense Coverage; and b. Ends at the earliest of: (1) The time required to resume your normal business operations; or (2) The time that is reasonably neces- sary to repair or replace the cov- ered auto. Period of restoration does not include any increased period required due to the an- foroement of any ordinance or law that re- quires any insured or others to test for, monitor, clean up, remove, contain, treat. detoxifyor neutralize or in anyway respond to or assess the effects of pollutants. The expiration date of this policy will not cut short the period of restoration. CD P� ARIZONA STATUTORY PERFORMANCE BOND FOR CONSTRUCTION PURSUANT TO TITLES 28, 34, AND 41, ARIZONA REVISED STATUTES (Perhahy of this bond must be 100% of the Contract Amount) Project # 18-4140 Bond No. NAZ1649 KNOW ALL MEN BY THESE PRESENTS That, Sunline Contracting, LLC (hereinafter called Principap, as Principal, and Merchants National Bonding, Inc. (hereinafter Surety), a corporation organized and existing under the laws of the State of Iowa with its pra)dpal office in the City of Des Moines holding a certificate of authority to transact surety Business in Arizona issued by the Director of.bxsuranoe pursuant to Title 20, Chapter 2, Article 1, as Surety, are held and fumy bound unto City of Goodyear (hereinafter Obfigee) in the amount of One Hundred Fifty Thousand and 'no/100 Dollars ($150,000.00 ), for the payment whereof. Principal and Surety band thertsselves, and their heirs, administrators; executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of APn1 .20 18 . toconstnict and complete certain work described as Paving Marking Services - Installetion/Removal - annual oontrad Bond term: April 9, 2018 to April 8, 2019 Which contract is hereby referred to and made a pan hereof as fully and to the same extent as if copied at length herein., NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal faithfully performs and hdfJLs all the. undertakings, covenants, horns, conditions, and agreements of the contract during the original term of the contract and any extension of the contract. with or wiUmt notice of the Surety, and during the life of any guaranty iequaed under the contract and also performs and fulfills all the undertakings, covenants, terms, coMBions, and agreements of all duly authorized modifications of the contract that may hereafter be made, notice of wtrich modifications to the Surety being hereby waived, the above obligation is void. Otherwise it remains in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, and all liabilities on this bond shag be determined in accordance with the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statxaes, to the same extent as if it were copied at length in this agreement: The prevailing party in suit on this bond shag recover as a part of his judgment such reasonable attorney fees that may be fixed by a judge of the court Witness our hands this 9th day of Suntine Contracting, LLC I * (Seal) By: Title: Pfez s 5. 2018 Merchants National Bonding, Inc. Agency of Record: Crest Insurance Group 7272 E. Indian School Road #375 Scottsdale, AZ 85251 480-89-5295 Approad xsr Atoms nepartrtent of Aftfrn gm-ElteWft W30M i MERCHANT'S'%� BONDING COMPANY - POWER OF ATTORNEY Know All Persoro ey These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING; INC., both being mporat M of the State of tow (herein mtledively named the'Companlesj do hereby make. conslhute and appolK indhdduagy., Filithcrto J likes: Harrow J Pertirr. Jeff Lynn Thompson; Margie Wager, Maria R L.ucero; Melody J Stockton; Michael J MesenbriMc their true and awtut Atl~115Y fan. to sign m name as su ely(ks) and to execute.. seal and admoMAedge any and as bonds, undertakings, contracts and otter wrlaen irnfnaneme m the ratme thereof. on beham of the Compardes in their business of, guaranteehq One fdeGry nil persons,. guaranteeing the pedomhance of contrecb and exemtng or guaranteeing bonds and underlaklnps required or Pernated in any action or proceedings allowed by law. This Powlerr4-Alumery•s grafted and a signed and seated by facsimile under and by audgriy of the following Bylaws adopted by the Board of Oaedos of Menhards Bonting Company (tduhrag on Apra 23. 2011 and amended August 14, 2015 and adopted by the Board of Direct. of AlerdhaesNaticnal Bohdit g Inc, on October 18, 2015. -The PreskIMISeaetary. Triennium, or any Assistant Treasurer or any Asswam Secretary or any Vice President shell have power srdautndrty to appoint Attorneys -in -Fact, and to sutofae than to execute on behalf of, ft Company, and attach Ure seal of the Company llherdo, bonds and undertskNgs, retagniteraas, contracts of Indarrnify, ane other wilings obligatory In the nature thereof 'The signature of any authored olficor and Ore seal of the Company may be affsed try tacevnile or alesmntc transmission to any Power of Anomey or.Cedifxationthereof auohorbing the execution and delivery of any loud. undertaking, recognizance, or other suretyship obligations of the Company. and itch signature and seal Mherh so used diet have the same force end effect as tough manually fsed.' lo connection with obligations in favor of the Florida Department of Transportation only, It Is agreed that the power and aut thoriy hereby given to the Atlomey-in*ect 6dntes any and am miens ler the release of retained percentages warar final estimates on engkheednp end wswdpn contracts required by the Stas of Florida Department of Transportation. Ifs fully understood thatconeem_Ing to the Sale ofFloida Department of Transportation making payment of the feat estimate to the Contractor andfor,Gs assignee, &hall no relieve tis surety company of arty of is obligations under its bond. Inconnection w:Lh obligations in favor of Ona Kentucky Department or Highways only,11 is agreed Oct the power and authority hereby given to the AeomeyIrh•fact cannot be modified or, revoked unless prior written personal notice of such i itt has beef given to to Cammissionu- Depanaem of Hlgtways of the Cormmorneatth of Kentucky at Wast thirty (30) days prkorte ft modification or revocation. m Witness Yff ereof. the Companies have =used the 6strnanaftl to be signed and sealed this 318day of May , 2017 ....... 11 .•AQ'pP0p4��e0 :, :•p��`(LPO O'�•oq• MERCHANTS BONDING COMPANY (MUTUAL) ,•'moi: VO -YA. s. • 0.40 9./�:Z�: MERCHANTS NATIONAL BONDING, INC. •z; By e 'a9•......;���i �v6�ik.....��acti. Pmsteent STATE OF IOWA t•••• '•' COUNTY OF DALLAS sat. On this this 31st day of May 2017 . before me appeared Larry Taylor, to ma personally known, who behhg Ey me duty aware did say that he s President at MERCHANTS BONDING COMPANY (MUTUAQ and MERCHANTS NATIONAL BONDING. INC: and that the seas 8ltirum r,, int foragoi g Instrument are the Corporate Seas of the Companies; and that the said inthanehl was signed arm sealed in bereo of the Companies by "arty of their res�pective bards of Directors. 1f,¢AL,P AIJCIAK.GRAM o Cbrtrnissitn Ntmlber 767430 �' C April 1,, 20 ,ov,r � Apn11, 2 Notary Public (Expiration of rotary's comm sloe ones not invalidate this hhstmMn0 1, Willem Warmer, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; do hereby certify that the above and foregoing 13 a true and mined copy of is POWER-OF-ATTORNEY executed by Said Companies, which Is still In full force and am= and has rot been amended or revoked. In Witness Wtereot, I hale herarnto sat my had hand affited the seat of the Companies on mss day of April .2018 POA 0018 (3117) APOg9�9y, s•. < 1033 rC: Secretary ARIZONA STATUTORY PAYMENT BOND FOR CONSTRUCTION PURSUANT TO TITLES 28, 34, AND 41, ARIZONA REVISED STATUTES (Penalty of this bond must be 100% of the Contract Amount) Project# 18-4140 Bond No. NAZ1649 KNOW ALL MEN BY THESE PRESENTS That; _Sunrune Contracting. LLC (hereinafter caged Principaq, as Principal, and Merchants National Bonding, Inc. (hereinafter Surety). a corporation organized, and existing under the laws of the State of Iowa with its principal office in the City of .Des Moines holding a certificate of authority to transact surety business in Arizona issued by the Director of Insurance pursuant to Tdle 20, Chapter 2, Article 1, as Surety, are held and fumy bound unto Cityof Goodyear (hereinafter Obligee) in the amount of One Hundred Fifty Thousand and no/100 Dollars ( $150,000.00 ), for the payment whereof, Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, finny by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of April —,20 18 , to construct and complete certain work described as Paving Marking Services - Installation/Removal - annual contrail Bond term: April 9, 2018 to April 8, 2019 Which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If said Princtpal,prompty pays all monies due to all persons supplying tabors materiats to the Principal or the Praheipal's subcontractors in the prosecution of the. work provided for la the contrail, this above obligation is void. Otherwise it remains in fug force and effect PROVIDED, HOWEVER that this bond is executed pursuant to the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, and all liabilities on this bond shag be determined in accordance with the provisions of Idle 34, Chapter 2, Article 2, Arizona Revised Statutes, to the same extent as if it were copied at length in this agreement- The greementThe prevailing party in suit on lift bond shag recover as a part of his judgment such reasonable attorneys fees that may be fixed by a judge of the court. Witness our hands this 9th day of April 120 18 Sunline Contracting, LLC Principal (Seal) By: Idle: YES . u- crit- .:u.i: :..w •. r, Agency of Record: Crest Insurance Group 7272 E. Indian School Road #375 Scottsdale, AZ 85251 480.689-6295 Approved by Outram Depanmerd of Admira*abon—Erecdw 900M MERCHANT S BONDING COMPANY POWER OF ATTORNEY Know AD Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.. ,both being mpo!ations of Da State of brw.(heeeih cefkalvey ca4etl tho'Companiss) do hereby nuke, contioRe and appoint, satrviauay. Fril" J ht= Haafher J Penin: Jai Lynn Thompson: Margie Wager. Marta R Lao= Melody J Stockton: Michael J Mesenbrft Urec tram and lawful Adom")&ift•Fact, to sign 4s name m surety(in) aro to execute. seat and aCknomeage any and all bonds. urdene"s, contracts and other wrttten imtnonents In the nature atereol, on behalf of the Compantes In their business of guaranteeing the Way of persons. guanrdeeiz the permanence of contracts and execunkg or guaranteeing bonds and undertakings required or permitted H any action or Proceedings allowed by law. This PowercRAcaney is gtetted and Is signed and seated by faciimike under and by aut porky of the foloving By -Laws adopted by the Board of Directors of Mucheds Bolling Company (Mwuao on April Z3.2011 and amended August 14, 2015 and adopted by the Board of Directors of MerctunbhtMbonal Bonding, Inc., on October 14, 2015. -The Presirmut Secretary. Tmasurer, or any Assl9um Treasurer or any Assistant Secretary or any kite Resident shag have poser andautdnty to appoint Attorcyrin•rac:L and to alltho re them to —de on behalf of the Company. and attach the seed of the Company thereto, bonds and undertakings, recognbances, contracts of badenauy and ether writiop Ohtpntory In the nature theseef! TM signature of any authorized office r and the wad of the Company may be aghhred by facsimile a elections; hansrtussion to ay Power of Attorney or Certification thmeof su0prfzig the execution and dekmq of any bond. undertaking, recognizance, or other suretyship obligation of the Company, and such signature and seat when so heed shelf have the same force and effect as though manually fixed' In connection with obligation in lavaof the Florida DeparmeM of Tmmpotalien only. 4 is agreed mat the power and our hority hereby given to the Attorney -infect tnddea any and aD consents for the rebase cd retained percentages and/or final estimates on englnaersg and oenstmction contracts m4Wred by the Slate of Florida Department of Transportation If is fury understood that consenting to the Stater ofFloba Department of Transportation matckng payment of the &real estimate to the Contractor and/or W. assignor, " not relieve this surety, Company of any or its Obligation. under 4s bord. In connection with obligation in favor of the Kworcky Department of Highways any, it is agmen that the power and auprority'hereq given to the AftomeyinFact Cannot be modified or revoked unless prior wr4t n personal notlm of such lore has been given to the Commissioner. Department of Highways of tta CommoneaDh of Kentucky at least thirty (3D) days prior to the modification or invocation. In N11ness Whereof, tis insaument to be signed and sealed Ods 31st day, of May .2D1T ppPDq��9y� COMPANY (INC. �0o MERCCHANTSNATTIONALBINDING.BNDING a: 1933 :co: By ;by p.. ..•�1a: amafdard d%.•• 1933 tr sTt. ,;.ay: .dam+ STATE OF ION% ••••• •••• COUNTY OF DALLAS as. On the this 31st day of May 2017 - beforeme appeared Larry Taylor, to ma perso" known. rice behig by me dory swum did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC; and that the mals alfozd to the foegokg Instrument are to Corporate Seats of the Companies: and that the said Instrument was signed and seeded in behalf of the Companies by authority of statrespecum Boards of okiscm . 1t'aut41 AUCIAK.GRAM o -A 7 CrxtatCom Ntanber vee z My Oomtil 1.20 F� rag roN� AptiI /, Z020 teary Public (Expiration of notarys commission 0005 not irwaldate this irutnmen* L Wiliam Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do rereby, edify that the above and foregoirg is a true and condi copy of to POWER -0F -ATTORNEY emased by mid Compantes, wNch is stir in NO race and ~ ono hat not been amended or ravmksd. In witness Wt ereof, I hive hereunto set my hind and affixed the seal of the Companies on this 9th way of April , 2018 . ........... Calo9•. ••t�0;t�pN4 ssco:.cH�t► Rqi: y ;•Oy�OXyG . 0:0° 9•v.:,s<: L/d ;a:r _d_ dere_ :�:•_ -a- esr3; 7�/•�*�'�. 2003 d%.•• 1933 Secretary sTt. ,;.ay: .dam+ . ;y� •..,¢....�a�:: ....bac. POA 0018 (3117) •'