Loading...
Item 4L - MemoCITY OF SOUTHLAKE Item 4L MEMORANDUM (October 19, 2021) To: Shana Yelverton, City Manager From: Rob Cohen, Director of Public Works Subject: Approve an annual purchase agreement with Stripe -A -Zone, Inc. for pavement markings through an Interlocal Agreement (ILA) with the City of Grand Prairie in an amount not to exceed $125,000. Action Requested: Approve an annual purchase agreement with Stripe -A -Zone, Inc. for pavement markings through an Interlocal Agreement (ILA) with the City of Grand Prairie in an amount not to exceed $125,000. Background Information: Southlake Public Works utilizes the services of a pavement marking contractor for the installation of new pavement markings on paving projects. The City also uses the services of this contractor to refresh worn pavement lane markings, replace reflective buttons, and refresh crosswalk markings throughout the City, as part of the annual maintenance program. Clean and bright pavement markings are critical to ensuring visibility, and the safety of motorists and pedestrians. In FY 2021, Southlake Public Works completed restriping 11 roadway segments including Westpark Circle North and South, North and South Nolen Drive, and Bank Street. For FY 2022, the department will contract Stripe -A -Zone for projects related to the pavement management assessment (PMA) program, crosswalk striping, and any refresh of the long -line striping that is needed. Under the PMA program, there are currently 10 roadway segments that will be restriped after resurfacing is completed. Financial Considerations: The City's purchasing policy for this service is met through an ILA with the City of Grand Prairie. On June 21, 2021, the City of Grand Prairie awarded its contract for pavement marking services to Stripe -A -Zone, contract RFB-21116. This contract comes with a one year initial and up to four additional renewal options (Attachment A). Page 1 of 3 The last four fiscal years, Stripe -A -Zone, Inc.: • FY 2018, $ 58,675 • FY 2019, $ 45,011 • FY 2020, $ 84,038 • FY 2021, $ 83,468 Item 4L the City has spent the following with Funding for pavement marking services is provided in the General Fund of the FY 2022 budget via the annual Streets & Drainage Division and Transportation Division Operating budgets, and the Capital Improvement Program. Expenditures will not exceed budgeted funds. Strategic Link: This item links to the City's Strategy Map strategic focus area of Safety & Security and Mobility. It specifically relates to the City's Corporate Objectives, Cl: Achieve The Highest Standards Of Safety & Security, C2: Provide Travel Convenience Within City & Region, and B2: Collaborate With Select Partners To Implement Service Solutions. The Critical Business Outcome is, CBO2: Enhance Mobility Through Aggressive Traffic Management Initiatives And Capital Project Implementation. Citizen Input/ Board Review: None. Legal Review: None. Alternatives: The City Council may approve or deny the request. Staff Recommendation: Approve an annual purchase agreement with Stripe -A -Zone, Inc. for pavement markings through an Interlocal Agreement (ILA) with the City of Grand Prairie in an amount not to exceed $125,000. Supporting Documents: Attachment A: City of Grand Prairie Contract RFB-21116 Staff Contact: Rob Cohen, Director of Public Works Jack Thompson, Deputy Director of Public Works — Operations Page 2 of 2 Attachment A &Kmd �t Contract Coversheet T E X A S Dept: * Purchasing Contract 20913 ID: For: Transportation Services Bid 21116 Number: Contact aupchurch@gptx.or Contact Anda Upchurch Contact 8270 Email: * 9 Name: Phone: * Vendor Stripe -A -Zone, Inc. Vendor jjohnson@stripe-a-zone.com Name: Email: Project Name: Pavement Marking Services (2021) Summary: Initial 1-year with up to 4 additional renewal terms; CC Agenda Item #21 Permanent Retention* Yes No Contract Amount Total Contract Amount over all terms $ 489,885.00 $ 2,449,425.00 Account # Work Order # Dates Implementation Date 8/4/2021 Contract Approvals Department Manager: City Attorney Signature Termination Date Council Approval Date 7/31 /2022 8/3/2021 Date 8/5/2021 Date 8/5/2021 City Manager Signature WrIL1-J4k A- HiL -6 Date 8/18/2021 City Secretary Signature 'vr Date 8/20/2021 CITY OF GRAND PRAIRIE SERVICES PRICE AGREEMENT THIS CONTRACT is made and entered into this date by and between the CITY OF GRAND PRAIRIE, a Texas municipal corporation (hereinafter referred to as the '"UTY"), and STRIPE -A - ZONE, INC. (hereinafter referred to as "VENDOR") and evidences the following: I.PURPOSE VENDOR shall provide pavement marking se-vicesper bid award i-,esultinla from VENDOR i S I- 1-n response to RFB #21116, subin itted by John Johnson, on June 21, 202 1, 11. DESCRIPTION OF SERVICES The services which VENDOR shall provide for the CITY shall include the fiollowing: A. VENDOR hereby covenants and agrees that VENDOR is to work closely with the CITY's Transportation Services Director or their designee, and/or other appropriate officials of the CITY., and that VENDOR is to perform any and all tasks required of VENDOR to fulfill the purposes of this Contract. B. VENDOR and the CITY covenant and agree that VENDOR shall perform all of the services and work contained in CITY specifications and VENDORS bid to CITY (attached hereto as "Exhibit A"); said dOCUrnent being part of this Contract and incorporated in its entirety herein. The parties agree that should there be any conflict between the terms of the *incorporated document and this Contract, the provisions of this Contract shall control. The parties understand that quantity of services to be furnished to the City is an estimate and that the City may order more. less., or none of the services depending on the prQjects and the work of the City that reqUires the services. 'rhe price of the services shall reinain constant throughout the term of contract, C. VENDOR expressly covenants and agrees to provide the CITY with such written reports or documentation of guaranties as may be required by the scope of the Submittal. 111. PERFORMANCE OF WORK VENDOR or VENDOR'S associates and employees shall perform all the work called for in this Contract. VENDOR hereby covenants and agrees that all of VENDOWS associates and employees who work on this project shall be competent and fully qualified to do the work described in this Contract, the services performed shall be performed in a good and workmanlike manner, and the finished product shall be fit for the partiCUlar LlSe(S) contemplated by this agreement, CONTRACT FOR PRICE AGREEMENT - RFS # 21116 Page 1 of 7 (City Standard Form —Revision June 2021) IV. PAYMENT The CITY shall pay to VENDOR a sum not to exceed those unit prices, or percentage discount from list price where applicable in the submittal for the purchase of services designated herein and in no event shall total payments under the base contract exceed $489,885.00 without additional approval. VENDOWS invoices must be delivered to the attention of the depaiti-nent placing the order. The city will pay invoices as work is completed and with in 30 days after rece*pt of an in voice or certification I I by the City that the work is performed in a good and worlananlike inanner, whichever is later. Payment will be made by means of a City 'issued check, an ACH, or with a City 'Issued Procurement Card (Mastercard), This Conti -act is for an initial term of one year with the option to renew for four additional one year periods, This Contract is effective as of August 4, 2021. No new orders shall be accepted, against this Contract term,, after midnight on July 31, 2022. Contract shall terminate upon completion of all requirements for orders placed by said date, unless the parties i-nutuaily agree in writing to extend the teri-n of the Contract thrOLIgh allowable renewal option, or unless otherwise terminated as provided in Paragraph XVI herein. The parties shall evidence the renewal in writing, w ith any additional terms set out in the said writing. I I VENDOR and the CITY hereby covenant and agree that this Conti -act provides for services and that these services are not to be assigned or SUblet in whole or part without the prior written consent of the CITY. ........ .... ....... ......... ..... . ...... .... .... ........... ... ..... . ........... . 13 .... 9. . ........... & . I I V ENDOR hereby covenants and agrees that during the Contract pei,iod that VENDOR and any of VENDOR'S associates and employees will have no interest nor acquire any interest, either direct or indirect, which will conflict in any i-nanner with the performance of the services called for tinder this Contract. All activities, investigations and other efforts made by VENDOR pursuant to this Contract will be conducted by employees or associates of VENDOR. VENDOR further covenants and agrees that it Understands that the Code of Ordinances of the City of Grand Prairie prohibits any officer or employee of the CITY from having any financial interest, either direct or indirect, in any business transaction with the CITY. Any violation of this paragraph which occurred with the actual or conStrUCtive knowledge of VENDOR will render this Contract voidable by the CITY. CONTRACT FOR PRICE AGREEMENT — RF:B # 21116 Page 2 of 7 (City Standard Form —Revision June 2021) VIII. CHANCE IN WORK The CITY, through its Purchasing Manager or their designee, may request changes in the scope and focus ofthe activities and duties called for under this Contract. Any such change which, in the opinion of VENDOR or the CITY varies significantly frorn the scope and focus of the work set out herein or entails a significant 'increase in cost or expense to VENDOR must be InUtUally agreed upon by VENDOR and the CITY. The parties herein acknowledge that any change in the scope or focus of the work which results in the increase in compensation to VENDOR of the fee stated in Paragraph IV hereof must first be approved by the CITY's Put -chasing Manager, City Manager or City Council, where applicable. JX. CONFIDENTIAL WORK Any reports, designs, plan, information, proiect evaluations, data oi- any other documentation liven ven to or prepared or assembled by VENDOR under this Contract shall be kept confidential and may not be made available to any individual or organization by VENDOR WithOLIt the prior written approval of the CITY except as may be required by law, X. OWNERSHIP OF DOCUMENTS V EN DOR acknowl ed ge s that C I TY owns a I I notes, reports, or other docurn ents, it teI I eCtU a] property or docui-nentation produced by the vendor pursuant to this agreement or in connection with its work which are riot otherwise public records. VENDOR acknowledges that CITY shall have copyright privileges to those notes, reports, documents, processes, and information. VENDOR shall provide CITY a copy of all such notes, reports, documents, and information (except to the extent that they contain confidential information about third parties) at CITY expense upon written reqLICSt. XI. NONDISCRIMINATION As a condition of this Contract, VENDOR covenants and agrees that VENDOR shall take all necessary act i ores to en sure, ire connection with any work under th *1 s Contract, VEND R, VET DO R'S associates, SLib-vendors, and employees will not discriminate in the treatment or employment of any individual or groups of individUals on the grounds of race, color, religion, national origin, age, sex., or physical or mental handicap, either directly or indirectly or through contractual or other arrangements. In this regard, VENDOR shall keep, retain, and safeguard all records relating to this Contract for work performed hereunder for a minii-nurn period of three (3) years frorn final contract completion, with fu I I access allowed to auth ori zed representatives of the CITY upon request, for p u rpo s es of e va I Liati n g compliance with this and other provisions of the Conti -act. VENDOR verifies that it does not ""boycott I srae I " as that. term is defj n ed in Tex. go t. Code §808.001 and will not boycott Israel d Li r 1 n g the terra of this contract. CONTRACT FOR PRICE AGREEMENT - RFB # 21116 Page 3 of 7 (City Standard Form -Revision June 2021) ........... .... I .......... 0 AIVA.510 By the execution of this Conti -act, the CITY and VENDOR do not change the independent vendor status of VENDOR. No term or provision of th I's Contract or any act of VENDOR in the performance of this Conti -act may be construed as making VENDOR the agent or representative of the CITY. All employees of VENDOR shall perform their duties under the supervision of VENDOR, which shall have the exclusive right to dictate to the VENDOR'S employees how to perform their tasks. VENDOR agrees and covenants that each of its employees will be property qualified and Will Use reasonable care in the performance of the ass fined d UtIeS. VENDOR shall post all applicable warning sign such work will disrupt normal traffic or Workplace activities. gns I if I les, VENDOR warrants that the services it performs for CITY will be performed in a good and workmanlike manner, and that any items delivered to the CITY under this contract will be fit for the particular purpose for which it was furnished. VENDOR shall defend, Jndemnify, and hold the CITY whole and harmless against any and all claims for damages, costs, and expenses to persons or property that may arise out of, or be occasioned by, the execution or performance of this Contract or any of VENDOR'S activities or any act of commission or omission related to this Contract of any representative, agent, customer, employee, sub -vendor or invitee of VENDOR or any representative, agent, employee, or servant of the CITY. If an item is covered by a manufacturer's warranty, it is the responsibility of the VENDOR to obtain the information for CITY and to get the manufacturer to honor the warranty. XIV. INSURANCE Prior to the commencement of work under this Contract, VENDOR shall obtain and shall continue to maintain at no cost to the CITY, in full force and effect during the terra of this Contract, a comprehensive liability insurance policy with a company licensed to do business in the State of Texas and rated not less than "A" in the current Best Key Rating Guide, which shall include bodily injury., death, automobile liability, worker's compensation, and property damage coverage, in accordance with any CITY ordinance or directive. The min it limits for this coverage shall be $ 1,000,000.00 per OCCUITence / $2,000,000 aggregate for general liability and for property damage, and $ 1,000,000 combined single Hirnit for automobile liability unless modified in accordance with any ordinance or directive. InSLIrance obtained by VENDOR shall be primary and noncontributory, and CITY shall be named as an additional *Insured Linder the general liability and aUtomobtle policies. A provision shall be incorporated in the policies whereby CITY shall be given at least thirty (30) days prior notice of any material change in coverage or of cancellation of such policies, and VENDOR shall provide the City with a copy of any such notice of material change in coverage or cancellation of any Such policies, within three (3) business days of its receipt of such a notice. For purposes of this section, a material change in coverage 'Includes, but is not limited to, a reduction in coverage below the amounts required under this agreement. VENDOR shall provide awaiver of subrogation in favor of the CITY on all coverages and represents that it has taken all actions necessary under the policy or policies for the City to have the status of additional *Insured and to effectuate any reqUiced waiver of subrogation. VENDOR shall furnish. the CITY with original copies of the policies or certificates evidencing such coverage prior to commencement of any work Linder this Contract. CONTRACT FOR PRICE AGREEMENT - RFB # 21116 Page 4 of 7 (City Standard Form -Revision June 2021) XV, NO VERBAL AGREEMENT This Contract contains the entire commitments and agreements of the parties to the Contract. Any verbal or written commitment not contained in this Contract or expressly referred to in this Contract and incorporated by reference shall have no force or effect, XVI. TERMINATION The CITY may, at its option and without prejudice to any other remedy to which it may be entitled at law or in eqUity, terminate further work under this Contract in whole or In part, by giving at least th in (3 0) days prior written notice there fto V EN DO R with the understanding th at III services being terminated shall cease upon the date specified in such notice. The CITY shall equitably compensate VENDOR, in accordance with the terms of this Contract for the services property perfori-ned prior to the date specified in such notice following inspection and acceptance of same by the CITY. VENDOR shall not, however, be entitled to lost or anticipated profits should the CITY choose to exercise its option to terminate. XVIL VENUE The parties to this Conti -act agree and covenant that this Contract w i I I be p erform ab I e in Grand Pra i ri e, Texas, and that if legal action is necessary to enforce this Contract, exclusive venue will He in Dallas County, Texas, XVIII. APPLICABLE LAWS 0 Ti his Contract is made SUbject to the existing pro is of the Chat -ter of the City of Grand Prairie, its rules, regulations, procedures, and ordinances, present and future, and all applicable laws of the State of Texas and the United States. XIX. FIREARM AND AMMUNITION INDUSTRY CONTRACT VERIFICATION VENDOR verifies that, in accordance with the terms defined in Section 2274.001 of the Texas Government Code, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and that it will not during the term of the 4 contract discriminate against a firearm entity or firearm trade association. XX. CONTRACT INTERPRETATION The parties to this Contract covenant and agree that 'in any I i t i gati on re I at i n g to th 1* s Contract, the term s and conditions of the Contract wi I I be interpreted according to the laws of the State of Texas, without regard to any conflict of law rules. CONTRACT FOR PRICE AGREEMENT - RFB # 21116 Page 5 of 7 (City Standard Form -Revision June 2021) k%, 9*4 1 b lug M e [$I I rolm All notices, reqUeStS, or other C011111ILinications (excluding invoices) hereunder InUst be in writing *1 and transmitted is overnight courier, emai , hand delivery, or certified or registered rnail, postage prepaid and return receipt requested to the CITY and VENDOR as follows: CITY. - City of Grand Prairie ATTN: Anda Upchurch, Sr. Buyed Purchasing Division 300 Main Street, Grand Prairie, TX 75050 PO Box 534045, Grand Prairie, TX 75053-4045 Phone 972-237-9270 1 Email Purchasingfax0a,,gptx.org Accounts Payable Contact.* accountspayableggptx.org City of Grand Prairie ATTN: Caryl DeVries, Senior Traffic Engineer I Transportation Set - vices Department 300 Main Street, Grand Prairie, TX 75050 PO Box 534045, Grand Prairie, TX 75053-4045 Phone 972-237-8119 1 Email cdevriesoa gptx.org VENDOR: Stripe -A -Zone, Inc. AT` N: John Johnson,, VP of Finance 2714 Sherman St., Grand Prairie, TX, 75051 Phone 972-647-2714 1 Email iJ ohn son @stripe-a-zone.eor n Any notice required or desired to be given to either party hereto shall be deemed to be delivered: (i) on the date of delivery, if hand delivered or ernailed; (i]) one (1) day after sending, if sent by overnight COUrien' or (iii) three (3) days after the same is deposited in an official depository Linder the regular care and custody of the United States Postal Service located within the confines of the United States of America and sent by registered or certified mail, return receipt requested, and addressed to such party at the address hereinafter specified. Either party hereto may change such party's address for notice to another address within the United States of America, but until written notice Of Such change is actually received by the other party, the last address of such party designated for notice shall remain such party's address for notice. XXIL SEVERABILITY I n the event that any prov i ion contained in this Contract is held. to be in al id, i I I ega 1, or u n en forceab I e in any respect, such 'Invalidity, illegality, or unenforceability shall not affect any other provision thereof and this Conti -act shall be considered as if such invalid, illegal, Or Unenforceable provision had never been contained in the Contract. CONTRACT FOR PRICE AGREEMENT - RF6 # 21116 Page 6 of 7 (City Standard For Revision June 2021) for XXIII. RIGHT OF REVIEW VENDOR covenants and agrees that the CITY, upon reasonable notice to VENDOR, illay review any of the work perfori-ned by VENDOR under this Conti -act. I jjj� jq� r. A VENDOR and CITY expressly covenant and agree that in the event of any litigation arising between the parties to this contract, each party shall be solely responsible for payment of its attorneys and that in no event shall either party be responsible for the other party"s attorneys fees regardless of the outcome of the litigation, XXV. NON -COLLUSION VENDOR represents and warrants that VENDOR has not given, made, promised, or paid, nor offered to give, make, promise or pay any gift, bonus, commission, money or other consideration to any person as an inducement to or in order to obtain the work to be provided to the CITY under this Conti -act. VENDOR further agrees that VENDOR shall not accept any gift, bonus, commission., money, or other consideration from any person (other than from the CITY tinder this Contract) for any of the services performed by VENDOR under or related to this Contract. If any such gift, bonus, commission, money, or other consideration is received by or offered to VENDOR, VENDOR shall irnrimed lately report that fact to the CITY and, at the sole option of the CITY, the CITY may elect to accept the consideration for itself or to take the value of such consideration as a credit against the compensation otherwise owing to VENDOR under this Contract. EXECUTED this the day of (0( CITY GRAND TEXAS S RIITPEZO JE, INC. Y. � By: By: Deputy City Manager Printed ATTEST: Mona Lisa Galicia, City Secretary APPROVED AS TO FORM: Megan Mahan, City Attorney By Tiffany Bu I I, Assistant City Atto CONTRACT FOR PRICE AGREEMENT - RFS # 21116 (City Standard Form —Revision June 2021) Name:/ /C1D%{LNJD/4N:Sij/j Title: '1/,p VF Page 7 of 7 Exhibit A W �J ....... .... .... . . . . . ...... . . . . . . . . . . . ..... . . . . . . . . . . ...... . . . ... .... ...... B V V 16. :*. P 1 rldr d AR. W, 24 0 . RFB #. 21.1.16 — Pavement Marking ServiCCE Mu.. DUE TO: Anna .Upchurch, Senior- Buyer Purchasing DIVIsi-on G ran dPi i ra]de, Texas:75050 I e i Ldand ate responses will. be Unonenenot, accepted for con.sWerpity dGrand Pi uiris not atton,,The . r'nsl ble for lateness or fa'lure of th.ely dellry vevia rn.afl. (whethenal r delays are 'nter/external), espoI V.. carrier, etc. Flame ensire .you allow time to provide :your response tim-ely so th.at you may- be pro.perly con sl.d:ered,.,.:E:MAI 1. BIDS: W.1LL,:'N(.Y'1:'.BE ACCEFITED.: Exhibit A Table of Contents, ADVERTISEMENT FORBIDS 3 1. PROJECT SCOPE.a lk lb 16 a lk 4 +0 6 tF 4 @a it Jpv-4,%,9 1 4 2. REQUIREMENTS ........ .................. 4 30 'RATE OF. PURSUING: THE WORK,.,:. 0. IN # 0 0 4. K, 0. #. #ff 0 4 J.J: 0 0 0 0:1#. f V.. 4.0. 0 0 5 4* SCHEDULING AND: RECORDKEEPING ................ call W-090 5 5,j: DE.LIVERY 6. LO CATIONS 4 0 04 a # 0 44 0 -v 0 0 0 a 4: 0 0 4 4 0 0 W'0:4 0 10 0 0 0 4 4 0 -p ffi:s 4 a a 4, SO 00.0 a Is is. G 900 a a All. V v v:0 0 a 4 s 0 10 0 9: 0 v ip a it o t oip.11, 996 710 '"UALIFICATIONS ........... a:a: . ajM-D.Nt & sm a 4.006 G.s. p a Q V:VLMLW:M 0 s s-s:WWV,s-V 6 jk-*4jjF64:& 6 6 4-0,rp* o., 4. @ o . o. # r, o o v; *,p o 8. VENDOR RESPONSIBILITIES........... a a aa* a ass a a es: a* OF a a so. v! fm s. .0 m. , wx:o.w *,w:m 6 0. t, . . t & t. . * * * o 4. . p p o 4: 0 0 0 4. 4. * 7 96 C 0 MPLETION 0 4 6 6 a 4: Fil 41 lk 6 * io 4 * 4 & * a 0 & 0 0 lb a 0 0 @ 4: it 0W,@ 9 9 9 W 4, * O:w 0 * 4-0 * 0:0 a a iJl W. an %MNb a A:f 00:0 V V 0 is. a a a w a 11 w a 0099 it '01: 0000 " Q 10 0 4 6 a a,t * 7' 106 PAYMENT AND INVOICING ..:.:. * 0 ***0:0 6 0 t *a1*6.4 6 0 6 a:ffl.j..0.,b-jg § g:g:qhjF*:0j:V, V f-V.4A.*V-V. * v p:,a:,ke:w.. a is a.mes a a a im. **a o s.* tip m 6 *6.7 11. SAFETY REV:UIREMENTS: ......... a.a. &,so* &&as .8 12. PROCUREMENT SCHEDULE 11 CONTACT msee &see vae-94.660 man a.mies Room O*m vw*0 0ft*4:dbf?lh*!&*-0lk0*4. R06*00 as* 1.4. BID EVA..LUATION.........:....,.,...,....,.:.....,..,..:....:......,.,..iweipo**,.miib*tt:itt,6,bOoi�:.*-.bbb000il:-9,44911041FiF,4,@oik'9'1lh*0#04:Y:040'90*:@,aa;m4$19 15. EVALUATION CPJTER,IA ...... 44 IF*#*. as* 0.1m.p*," 0 gas* as-v @0t 4.04.*s*30: 1610 SUBMITTAL RESPONSE GUIDELINES ......... mr mv 6 0 a 0 4: 0, *,b * 6 0 40 0! 0 6 6 41 & 0 0 A. t, * 4 & a 0-a! 4,,tP W 6 04, 9 # 0 '0! *,0 * 0 4 * 0. 1.7. AGRIEEMENT TERMS -AND AWARD...:W...4 sea ATTACHMENT A...6.1, mail*40!** 6060 ft***?m*mas4 &*aim Dimas *,5**9* 0;99.m *evil: 1. 0 ATTACHMENT B ....... 644*6164 0604a 6*4 ampattli!*4 set* smiam:* 18 ATTACHMENT: C 6 16 6 IA 4:6 6 4 41 *t? * 6 6 4 4: * 4:6:j', @ t-4t-ht,$ t. s Jk 0 § 4 el 4 a t 0:4: 4, 4's I 'A 0 ka #: *,p:@,.:* '.0 '.5 0 0 v a 0 a 0: -M a -p a 0 is 40 0 a a a 4: a a a m a a a 0! a 'm OL a a 40! * a a * im it 0 4; * a :0 it 0 *# 020 ATTACHMENT. D, ....... 21. SOLICITATION STANDARD TERMS -AND C.ONDIT.IONS......:........,,,q,,,,,:.,..4..*,...,.,..,,,4p....,,!it*6tf#4.,k,0#24 SUBMITTAL: FORMS.S..., 0.0. 00136:6681mass 000 0 lVD84 ase m*0460991MA ana:iWowipowwwwoo v 0,w60*wlw* w**vwm &§*4:*i-:bk@v -t0q,* Wa{4`Wa.0 27 Exhibit A CITY OF GRAND PRAIRIE ADVERTISEMENT OR. BIDS Sealed bids will. be recelved via, www.PublicPurchase.com unt-11. June 29, 2021, at 2:00 PM.,,:and I la pubificly opened and read v-' teleconference for the pur hase of the foflowing4 Further information and specifications rn.ay be obtained at www.pu:b'll.cpurchase.com, WWW,gp1x.or.g, or from the Purchasing.d.1viston at (72 237-8262i The city: reserves the right to re"ect any or all bids and to waive formal. itles, -The c1ty also reserves the right to purchase these, items through state awarded contracts or other Intergover-nmental agreements when it ]is 'in the best intere.A's I .of the CkY4. Publish: June I I 1h &June, I 8:L"'�! 202 1. Exhibit A L PROJECT SCOPE: It Is the intent.of thIs specification toobtain an. annual price agreement for the purchase of pavement marki:i-.ig services for the City of Grand Pralrfe. T.hese services shall InclUde.bUt are not. limited to removal of existing pavem-ent markings, fur.nfishing and placin.g. 0i not apphed thermoplastic reflective pavement mark-ings of extruded and/or sprayed thermoplastic compound on a work order basis, This agreement will. beg -in on or after Au ust 9 2..: REQUIREMENTS - Services shallInclude but are nothtnited to the following,.- 2.1. Vendor shall ffirnish all. equtptnent, materials, service, labor, and all miscellaneous items necessary for the required. pavement preparatlon, layout,, and Completion of the Pavement marking installation- 2.2.: The pavement.ni.arkifigs to'beEpp lied generally will consist of crosswalk lInee, stop lines, crosshatch lines. symbols, legends and arrows., charm elizing lines., and sho-t-t. sections: ofcenterlines, and lane lines. 2.3. The pavement that the thermoplastic markings will be appli e d to. will' be priMartly asphalt. Sorne pavements may havebeen rejuvenated by means ofa "chip se -al" Or sluiTy seal" surface treatment. Sorne Pavements may 'be Portland Cement Concrete. I ane 2.4. Standards -.A I I markings shall be installed 'in accoi-dcwith. the f6l lowing 2.4.1 Manual on. Uniform. Traffic Control Devices for Streets and Highways (MUTC.D), publiShed. by the Texas.'Hlghway Administration, latest edition, .h L.P. W" t-_m.en..f6t rqem.en/s' -Te/wrutcdJ.,.h,hn1 and "Nei X, ,d0t Alloy/20V Vey 2.4.2 TxDOT Pavement Handbook Markin.fit p 1:ernqnqa.1s.txd0t.gY I ./txdot:m:,-tnt.ta:ls/.V.tii.h/pmh.pd_ "rhese specifications and s-pecial. provisions --and 2.4.4 Work orders issued.by the.Signs and Markings Divi-st I on, whi : ch will include approprIate drawings from. the TxDOT Paveme.nt.Marklng Standard. Detail in .. ........ rd/traffic/ Sheets,, (httvs,//�ftr,_).d(jt state. N.. us/.p.ub/`tx,dot- t'(,.)/cmd/`"cserv-e-,`/"`standa pxn 1 -20 1AD. 2.4.5 In. the event of conflict between. the above. standards, the work orders and the drawings attached thereto shall take precedence. 2.5. THERMOPLASTIC,.HOT APPLIED. — ATTACHMENT A The attached specification shall govern for the rnaterials,. composition, quanty, sampling, and testing of then -no plastic, hot applied, and rnateri.als Utilized in. its application to the roadway surface. 2.6 ELIMINATING EXISTING PAVEMENT MARKINGS & MARKERS — ATTACHMENT B The attached specificat-lon. shall govern for the elimination of extsting pavement rnarkings of the various types and sizes: and. raised pavement markers as.shown on, the plans or as directed by: the Engineer. 2.7 PAVEMENT SURFACE PREPARATION FOR MARKINGS .ATTACHMENT C The atta6ed specification shall. govern for thesurface preparation. of pavement surface -aavemen ' areas prior to placement of pavementMarkiings orraise pt markers. Exhibit A 2.8 RAISED PAVEMENT.MARKERS ATTACHMENT D The attached specific:atlon shall govern fi6r the materials, com.position.:, quality., sam-pi ing, an d. testi ng of rai sed -pavem ent rn arkers of the r'ous c4asses and hypes, shown on. the plans. 3. RATE OF. PURSUING THE WO ' RK 3.1 The Vendor shall start the work required :by each work order withIn two weeks of notification and complete the work, nolater than one (].).calendar month after receipt of the work order. The only exception to this requirement will be extenuatino C1. - rcumstance' as.m.ay be accepted by the City- representative.. Requests for exceptions 4 due to: extenuating circumstances must be made in writing to: the City representative 1. Within 48hours of the Occurrence. The Cty representative 's decision on extenuating I circuMstances w'll be final. 3.2 -Lost workdays due.to.holidays:, weather, .b.reak-down or nog -avail abilitY of rn-aterials or of Vendor's equipment shall not. be. allowed :as an. excuse f6r not meeting the rn re-qu-ired schedule. ThaS&U e'Ven.dor shall rethat necessary matertalS and, equ' ipent liable for useon this Agre are ava 1. em.ent. Each day that a, work order is not com-p eted after the one (1) month allowed -shall. be considered faflutre to pursue the work at an adequate rate. See "Term Inatio.n. for Deffiult"In the .SOLICITATION STANDARD nRMS AND: CONDITIONS. 4. SCHEDULING AND RECORD KEEPING ie 4A. The Vendor Shall designate a foreman in charge of the daily strIP1.11.9 work:. Each Monday morning, (Tuesday morning following a Monday City fi.ofi.da�),the Vendor shall submit a weekly written schedule iof work to the City representative.: The schedule shall be verbally updated. each. working day (ie. progress report on accompfishments and schedule changes) by the Vendor's foremen, Thl's daily contact w4li. the Cityrepresentative is required. 4.2. A. perm. anent wrItten log of each. day�s work shall. be rnal.n.tained by the Vendor. This daily log. shall. consist of the name of tie Caere - ngy roadways., the work order numbier' that was. executed., the markcgs :actually installed, the apprommate: fime of day that -the mark i ngswere instal led., the quantity (L:.F.,.Sq. Ft., or each) of.each. bid It stallltionsand any.other.comments as t. ay be: desi.rable. A. copy of em ined at oca, eks sabe the datly logs and :completed work. orders for the previous we..:.. 7: I work hll su-bin.itted no later than each. Tuesday. Repeated fallure. to turn. in. logs and: completed work orders when :due: may result in assignment of one (1) day of Liquidated Damages.for each occurrence. 4.3. If there are locati.ons that the Vendor desires to do at night or during other than. normal works ng hours for, hils own convenience-, the.Ven-dor slyallsubmIt equestwriting to the City representati.ve.at least three (3) workling days in advance of any intended work on. n.1ghts, weekends, or liolidays,and shall. not undertake -such. work without the: approval of the City -representative. Exhibit A 4A., Provisions must be rn.ade, at the Vendor's expense, -for adequate fighting. of the marking op:eralionand additional try t c control devices required.. -for nighttime work. .-e 'For night work, a mininium of six :(6) 3000-walt fights shall be usedto �1 'llumtna tthe area were paveme.nt.rm. arkings .a.re being installed.or removed, These lights shall be Positioned so they do -not interfere with the travelling PUbli.c. Night work is defined as any work.occurrlftg between one-half (1/2) -hour after sunset and one-half (1/2.) hour bef re sunrise. 5. DELWERY OF MATERIAL 5.1 It shall. be the Vendor's resports-ibifity to see that merchandise 'is delivered within or 9 adjacent to the area of, n.stallatitan. repair as specified by the City. 52 The work. described in. this SpeCificatip nshall be done with. the least. inconven ience. -mal Vehicles must always have e ess capabillfies.. The amount :of time that nor. operations are tnterrupted rust be kept to an absolute minimum and. shall be coordinated with the City -representa ive. 53 The Vendor is responsible to protect all existing and newly installed, work, materials, equipment, improvements, utilities, structures, and vegetation always during this agreem-ent. Any property or Incidentals darnaged during this a .g.reemenit shall be repalredor: replaced -to the satlsf` ctiqn ofthe C:tty representati-ve., 6.* L0CATIONS The, specific locations of work. are. not listed herein but will be assigned via wri. tten work. order by the Oty's representa I 1 tw,v.e dur1*ng. the duration of the agreement. Each. work order will specify -the locations,. items, and estimate quantities of.work to 'be performed. The City may add, delete, or changethe work locations or etisoft markings layouts 'at any tirne during the work period, with at least two.(2) working days prior notice -to the Vendor. 7. QUALIRCAT.IONS 7.1 The Vendor must be. have aMini.mum of fiv�=�,q�rsex eriencelin the application of hot th.ermopl. astic.ret�ro:"t-eflec-t�iv:e pavement marking,s at intersections, on.streets, and highways are open to traffic. Bidders -that cannot demonstrate successfiLd agree ....... me previous expertence in. work. of: the type in. thi.s ' nnt will be considered not. responsIble and will not be considered for award of agreeni.ent. 71 The 'Vendor inust poSisess (:own. or rent ).art d/or assurethe avallabl-11-ty of sufficient equipmen.t., rnecting. t' e requirements,- to successf lly pursue the work ire. this agreement. 73 -is agreement.sh-all be:experience.0 Personnel employed by the Vendor f6r: work on. th." iratitstripinpmt, requiring fiittle or traininecessar y 'to expeditiously commence the work and pursue it to completion. Before, the City W1.11 authorize the Vendor: to start work, tie Vendor shall ln.fbrm the City representative of the names an.d.speclfiejobsfthe Vendor's employees assigned to the -Agreement.. Any personnel. replacements or job assignment changes, during. the Agreement must be reported immediately to the City .representative and.any replacement personnel rust the personnelexperience qualifications stated above. If, at any firne, the Ca], ing employed, the sty rept esentative bellieves that in.expeiienced, personne 'I -:e 'be' City representative may haft the work until experienced personnel. are provided. Exhibit A 90 COMPLETION I. In P t . - Vendor are to allow the CIty agent to conduct periodic on -site inspections of an.y/all, striping work. tn.sure all work.:Is being performed in accordance with theagreed estimate(s). 9.2 Acceptance -.:Acceptance of markings shall be conducted by designated City agent. 10. PAYMENT AND INVOICING 10. 1 Pa Ment - The City wifl. authorize paymentupon. satisfactory completion., inspection and acceptance by the City, ; Workfound unacceptable by the City will. be corrected, at the Vendors expense. All. work will be Perfornied.in accordance with tl.i.e out quote and. -work order furnished by the clty.i'Ven.dors are subject to non-payment for any unauthorIzed repair/restoration work.., 10.2 IMP11'ed work, - All incidental work- required by the drawings and specifleations," for which. no payment is specifiteally provided, work or materials not there M specified. which are required to complete the work and which may ,fairly be implied, as.M.cltided, shall be done or furnished by the Vendor without extra compensatI.M. plies to all Ln.-volces.. Invoices ni.ust 1.0.3 Invol'cing - The fol-lowing requirement ap reference a purchase ord.er nurn.ber and have attached a, copy of the .matching. work. order.: The -invoice should include th e following: 1.0.3.1. Purchase Order number 103.2 Invoice ruin 1.0.3.3 Total. Hours Charged 1-03.4 Contract rates 10.3.5 Total amount due Exhibit A I L SAFETY REQUIRE MENTS 1.1.1 The Vend or:must be th orough. 1 y fam 11. 1 ar with ].1 preval, I Ing safety measures perti nent to its Operation and shall meet or exceed tho se Measures. ThIs.shall. In.clude, but not. necess,ar Ry be 1:0. -e l IMIted to En.vi.ronmental Health Agency (EPA) red ulat'l'ns o, Stat 0 f Texas regulations, local city. -ordinances.. and. Occupational Safety and Health Agency (OSHA) regulations. In addifilon, the Vend -or shall, 'be wholly responsible for nistructiiyeeafety �measures and SeeIng that they are fully ng ts emplos -in these S eo-mpl'I'ed:w'fth in every respect. signa K S I.L.2 Vendor will. provideall required safety ge, barr'cades, andflashers/ trobes. 11.3; All employees shall follow all appficable safety procedures., have appropriate safsty training certification when required: by federaLor state law, have immedlate access to ritfui-nent, and. shall be trained in. the use of that equipment., all appoplae saety eqip I IA All vehicles shall have proper safety signage, be fit for their -'intended purpose, and meekt.a.11 F,.:..A,,A.,,.OS HA,. and State of Texas reqUire ments.. 11.5 Vendors discovered working with - out .necessary safety devices or equipment in. place 'e will. be required :to stop al.1 work in progress until . adequate quipni.ent- has been-, obtained and approved by to the Contract Adm I ni strato r.. 11.6 Any hazardous condition or any damage to City property is to be immediately reported to the City Contract Adm-ire 'fstrator. 11,7 Vendor will not pe-iini.t unsafe practices. Examples of unsafe practices Include but are usn ig i.nap t J n-ot fimited to. propriate equip-ment for 'lie iob, removing chains or other :safety devices froni equiprnenL.t. aveling with an operator sitt'n.g.J.n. the back. of a pickup -truck with the tailgate lowered, operating equipmelit at excessive speled,,. or operating. without appropriate traffic control plan in place for the safety of the motorist and workers,. Unsafe practices will be:grounds: for terni.inatlon of the contract. 12., PRO:CUREMENT SCHEDULE Isprocurement is as follows.: The projected schedule for th.' iF. - Activl*ty Target Dates Release Bid i` Iday, June 11,2021. F ...................... Deadline for Qu.estions ednesday, June23, 2021 ........... . ....... ... ResponsestoQUestiors s Thursday, June 24, 2021 Dead ins fors Receipt of Bids Tuesday, June 29,2021 Council Date Tuesday, July 13, 2021 ... .................................. 13. CONTACT In.forniation,, que ions or clarification. concerning the I sfi 'ntent of thl's RFB should be in. writing C (ttIl'y '9 (CST ; of the Dead I i ne and addressed to Anda.Up ch.u.rch atalunchur.K.') )txoil by4-00p,,I..II- -ions outfined.in theRrocurement Schedule. City of'Grand Prairie's response to for Questi I q . tons and. requests for clar'fication wi. 11 'be posted -to Pubfil�c Purchase uest 1 I YN _IV p !Lj[g .j-- p -Ii .sr Exhibit A 14o BID EVALUATION Award. will. be -based on. responsive bids best value as outh-ned in the Evaluation Criteria be w. rPrai-rn-ves the right toaccept or reject all bids, in whole or in loThe C.1-ty of Gand ie �rese. part and.waive y inform-all-ty in thecom.petl . ti . vebi I d process.: Further, theci anty reserves .the right to enter any cOntract deemed, to: be in the best *Interest oft he city., 1.5.. EVALUATION CRITERIA The following evaluation cri:ter ia.wifl. be utilized in. the selection. of a vendor: 1.6. SUBMITTALRESPONSE GUIDELINES. Vendor response to this Request for B:],:d shall include.. 16,1 Completedand signed proposal check list. 161 'Bid Pricing Fomi-:filled in with unit prices.,.extended pri.ces, and total. 16 3. Comp .leted:Qu,esti'.on-nair.e and Refrences.. 1.6.4 B'd A ffn-n-attion fore -reviewed and signed,. 16.5 Completed Historically UnderUbliZed Business Questioanal -re and Completed House _B111.89 Verification Form. IT, AGREEMENT TERMS AND: AWARD The. term of the agreement w-111be for an Initial one-year agreement with the option. torenew P. for up to four (4) addItio-nal one"Year periods, The. price agreelnent:shall be awarded to: the I in the best -interest ofthe City. The City may vendor(s) submifting the b'd(s) deerned to be. award on.e.Prnuary and one Secondary vendor by portions orfor the entire b1d.The.0ty of n. ha Grand Pratrie may award to a sing levendor, rn.ultiple.ven.doars, or use any combI 'natio tt serves the best Interest of the City. Successful V.endor will.enter into a contract with the City foran. annual agreement in accordance -with the terms and conditions found wfthin. Exhibit A ATTACHMENTA THERMOPLASTIC, �HOT APPLIED Ili � Description i -I nis spec ificatlon shall govern for the materials, composition, quality, sampfin. and testingof thennoplasfic, hot applied, and materl als. utt. fized 'in it a I I US ppfication.tothe-roadway SUrface. General Char acterlsties: Thermo plastlic marking material shall be a product especially .1 1 compounded for traffiernarkings. Each bag, shall be clearly and adequately mark-ed, to; *-nd':cate the color, weight. type:O: f material, and, of or batch nun (a],Ot or batch s all be considered as each individual MIx or blend that produces a finished. product ready for: use). Each bagof the mi.oplastic material shall weigh approximately 50 pounds: and designate appropriate user. `e infori-nation, Manufacturers, name and address., The bag must be composed of a compatt b I material to allow for the. placement of the bag and its contents into -the metter. When placed on the roadway,,.the ma,'.rki.n.gs shall not be slippery when: wet, fift froin pavernent. under nonnal weather conditions.. nor exhibit a tacky, exposed surface,, Cold. duchfity of the materi'al h-all V. permit normal road SUrface expans,ton and contractian without chi-in.g. or cracking. The markmgs shall retain their original. color, diniensloe s, and placement under normal trafditionroad surfa-tem peratures of 15 8' F and be low. fic consat ce When applied �at a 90 rmfl th-Ickne ss:, the setting to traffij.c time shall not exceed a char.a. terisfic Straight-line curvethe lower hi -nit. of which is four minutes :at 59;' F road surfdce temperature, and the upper 1.1mit off` which. is ten minutes at.901 F road surface. temperature. Temperatures are to be measured a maximum re.tat ive bumidity of 90%. The markings shall essentially have a, uniform cross-section.. The density and: quality of markings shall beunliform throughout their thl Ckmess. The apted markings shall free of holes and voids,_ and ftee of blisters for a inininlUrn of 60 days after. application. * The markings:1.n. place on- the roadway shall be completely reflectorized both. intemally and externally. The marking. shall exhibit unifori-n. retroAlrectIve reflectance. * The contractor shall assume all costs arising -from the use, of the patented mater'als, equ j. p m ent, dev i ce s, or processes use- d on or incorporated in, the work- andagree to ilid,emni. fy and hold harmless the purchaser andits duly authorized representatives fromall legal suits or action of every. -nature for,..or on account of, tuse of any patented, materials, equipment, devices, orprocesses. 1'estin, The Gty reserves the flght to have the supplied therm.op last* C tested 111. Sarnplingan.d I I I byan independent laboratory.. If the tests reveal that the therm.oplastIc meets all of the agreed ests, reveal -that ifs bins, -the City wl fl. sup it payment for the tests', however, 'f the t. upon spec�l I . I the thermoplastic does not m.eet all. of the agreed upon specifi.eations, the :suppfier shall asag all the costs of the tests:. If the therm.oplasti.c.materlal does not meet the specifications- th.eCity reserves the r:]:ght to refuse all thermoplastic niatertals with matching lot or batch nurnbers of material tested. Amounts due to the City for conductin g such tests will be. deducted from monthly or final estirnates.on. Contractsor from partial or final. payments on derect purchases by the City.. If the supplIer, at any time durIng tli..e 'f of t H he Contract, fails to supply a 1 therm-oplastic that meets the agreed upon specifications, the City ire es the.right to tenninate the contract. Exhibit A The m1ninium. batch size ofthem oplastic striping. material. when tested shanot be less: than 2000 pounds un-less.the total. order Is le:ss thanhatainount. A small. trial batch shouldbe made prior to making the thermoplastic traffic line :In large quantities: to rake ake, certainthe finis-h-ed prod-ua will. cornply with all the requirements of thits specification. Material, Requtrementsm- A. piaments:.Prim.e and filler pi.gments: shall, when used to of resins by solvent. washing, -ng speel :S wi ffic passaU.S.. tandard S leve N urnber 200 (Tex-963-B) and shall meet the follo requirernerats .for each Pigment: I., Prinit Rigmenits: a. The white pignient shall. be a.Rutile Titanium Diox-1-de. b. The yellowptgment shall be aheat resistant, double.en-capsulated med-lug chronit yellow or other approved heat resistant pi I gm-ent. 2. Filler Pigment. The filler ptgment shall be calcium carbonate, 95% purity. B. Biit nder-. The binder inust.consist of a tnixture oUresins one - of whi. a "d, at at least o C I his solI room temder atu h:' h boiling 1 plasticizers:. At least 1/3 of the b1hider re, :and . ig i g poin COMPOSition.r.n.ust be a male]-c-mo:dIfied glyceryl ester of roisin and must be -no less than 8% by weight of the entire mat erlal f6 uIation, The infrared analysis of the resin extract, shall match the spectra onfitle at CST M&P in. accordance with. Tex-888-B. C. Silica: The total. si.lica used ir . the fonnulation. shal] be In the form. .ofg lass traffic beads. D. Glass Traffic Beads: Dr o e be t the requirements of: DMS- p-!on glass. tray ads shaij mee 8290. L Manufacture-., Glass .traffic: beads shall. be-... a. Manuffictured froni: glass, b. Spherical in shape. c. Essentially free of sharp angular particles. d. Essentially free of: patticles showing mftmess, surfacescoring, or surface se.ratching. e:. Water white in color. 2. Contaminates:-. Glass traffic beads shall.. a. Containlass tha 1/4of,].`�/`"`�""mo-istu.r-ebywel:g'llt. b. Be ftee of trash, d,Irt,.-etc. c. Show no evidence of objectionable static electrlcity when. flowing thrOUgh. a regular traffic -bead, dispenser. 3. Grad-ation.4 a. Ste Analysis; Glass traffic beads shall meet the following gradation requirelii:ents: Openings Percent Us. std. Sieves 'assl 20 Steve 1.00. 3O.Sieve 80-95 #50 Sieve #100: Sieve 0:- 4 Exhibit A b. I-rregular Particles: Glass traffic beads, retal.ned on. any screen used to than 30% by weight) determine gractation, requirements, shall not contain mo irregular particles measured by Tex-832-B. 4. Index. of Refraction.- Glass traffic beads, when tested by the liqmmersion met h. o d at 77'F, Shall show an index of refraction within the range of L50 to L53.. 5.. Wetting: Glass tree Ub .beads, shal.]. be capable.oeing read -Hy wet with. water when tested, in accordance with Test Method Tex-826-B.. 6. Stabid-ity: Glass traffic beadsshall Show no: tendency toward. decomposi4ton, surface etch , Change in retro-reflectIve characteristics.,. or change:in color: after.: a. One -hour exposure to concentrated. hydrochlorte.acid at 77T.. b. Twen.ty-four hours exposure to weak alkali.. c. One hUndred. hours ofwe- ather-o-in. , eter.expsurei.aoi da, o -nce with ASTM G ncc 1.5 using Exposure Cycle I with a quartz 1n,ner filter glass, and Type "S" Boros.flicate outer fifter glass. V, Equipment: The thernioplastic, pavement marking mi-aterial may be either: spray applied or extruded hot to the pavement surface. unless apphicatIon method is spect ied on flie.plan.s. The thermoplastic 0. pment shal I be, constructed to provide continuous mi.ng and.ag,iltafion of equi rn tile material.. The Shaping di . e or spray gLm. shall. be :equipped with a cut-off devi - cc remotel..y controlled to provide clean., square, mark-Ing ends and, to provide a method, forapplying broken tines, The equipment used to install hot applied thermoplastic m.aterjal by contract under this specification shall be constructed to provide continuous uniform. heatIng to temperatures exce-edigig: 4001F mixing, and agitation. Of the material. Conveying parts of the equipment b I I s lat' ietween. the.main material reservoir and the finedispensing dev'ce hall. prevent accumu ion and clogging. -All parts of the equipment. that come tnco�ntact wfth the material shall be co:nsti ucted for easy access and exposure for cleaning and maintenance. The equipment shal -n -in.g operate so that all ni i x1n g. and conveying parts, Incl. ud j.n.g the .1 n. e. di sp ens' device, maintain the material at the manu,factu:t-er's.reco:mm.en-ded application temperature; : The equipment sh.all pr ide r rgtraffic markipp i t wIdths. The application equtpment shall be mobile and in-aneuverable to the extent that straight lines. can be Ulowed, and normal curves can be made In a true arc. A. special. kettle shall be provided for unifior mly melting and heating the thermoplastic materiat The.kettle rn.ustbe equipped, with an art omatIe'thermostatic control device and material thermometer for positive temperature control and to prevent overheating or sc i i n equip orching of the material.. The heatIng kettle and appficafio ment shall. meet the requi,re-ments oft Nate 1. Fire Underwriters and. the NatIonal. it Protection Assoclation of the state and local authorities:. Exhibit A 4 Equipment used. -to place four inch, solid or broken. line shall. be capable of placing a minimum of 101,,000 fi-n-ear feet of marking pet- workin.g. day', Equ.-Ipment used fot-placing mark..:tngs �'in idth. s of oth. er than four nches, shall capabi 1 iti.es- m I larto : . t w I hav e s bur,4n.ch m.arking equipment. Equipment shall be, -maintained. In sate sfA-ctry operating condition. Equipment shall. be c 0 idered. in unsatIsfactory working condifion if it fails to havean average hourly lacement nsi P rate of 1,500 linear feet.of acceptable roar- rich solid or broken fines.over any five con.secuts ve. Up n noi-caby the working. days.of seven. hours of more due to equipment. malfit 1 0 tfition Engineer of equi . pt in unsatisfactory operUi menng condfition. 7 the Contractor shall. repair and place such. unsatisfactory equipment in satlsfctory condition or replace with equipment meeting the requirements of this specification.. Equipme.nit used -to Place markings other ha n. cap I I solid, or broken I iIies shal I have productio abilit es safisfactoy to the: En.g.ineer, Theaterial tainer t. equipped and arranged as to satisfy ffierequirei'llent of the .m.co:nmusbeso National -Fire Underwriter s.and the Texas Railroad Commission. The Con -tractor shall supply the Engineer with. a therniometer for the project,. capable of measuring the temperature -of the paven­ient marking material. to beappl led. Beads applied to: the SUrface of -the mat erial.shal.]. lie applled by an autom.atic bead dispenser ispensed =h a manner that the beadsare d* attached to the pavement marking e t i S. quipmen.. t Uni -ormly and, almost in-stantly upon. surface. The beads shall. be apph.ed at a unifOrm min-imum. rate of 10 -Pounds of glass -spheres every 100 square feet of fine, The bead. O'spensershall be equipped with :an autornatic cut-off control, synchronized with the cut-off of: the. pavement inafkjing. equipment. V1, C.P.P.SYLIetton. Methods: The Contractor shall use.a: crew experienced in the work- of Instalfing aleai-f pavement mark6s ncessT or the -ings and' shall up all the equipment and gat y placement of the pavement earl i . ngs. A. I traffic control and work. zone set-ups shall be 1.11 --vices -ent ed'fion). conformance witlfthe Texas Manual on Uniform Traffic Control De curt I I The pavement niarkl.ng material shall be applie-d: within the material temperature limits recommended by the manufacturer. The pavement markings shall be placed in propera....lignment with guidelines established on the ], roadway. Deviation fromafiand . the gnment established. shall not exceed two Inches ain.addifl on , e - inch. er 2:00 feet ing placed shall not exc. -ed one e the -deviation in align -nent.of the.markhi.gbe' of roadway nor.shall any deviation be abrupt. The fliermoplastic material shall not de-tefiorat e by contact with sodium chloride, cal ciu_ M chloride, or other chemicals used to prevent roadway ice or because of the of content of pa. ern.ent.mat erialsor ftom o1l droppings or other effects of traffic. The material. shall be applied to the pavement by spray method to 90 milthickness. Exhibit A M j� I When. deerned necessary the Engineer to achieve spectnea alignment, the Contractor, at his -equ C1 roughOUt 1 .0 1 ignment spe 'fied expense, shall place any additional markings i u-edt ach:'eveal' both straight and horizontallycuire d sections of roadway. Afi additional. rnarking s placed.on the roadway for alignment PUrposes shall be ternporat-y in -nature and shall not establish :a 4 permanent marking on the roadway. Materials used.me - for afignnt markings atid equipig ent Used to place.such. markings shall be approved by the.Engi.n-eer. The Paven-ient upon which. the pavement nnarktngs are to. :be placed shall. be cleaned and prepared, to the sattsfaction. of the Engineer.,, Prior to placement of in.ark tngs. The bid, price for parking. lot str . I : ping shall inclu,de the removal. of all existing Pavement n p he.nerkIif deemed markings, surface prep and cleaning, layout, a d lacein,ent of t w mar ngs, necessary .by the Engineer. Cleaning shall. be b effective method approved by the Engineer, which com-pletel and -Y a-11-Y e: Y ia I I effectively -removes contaminants, loose mater'. Is and cond'flons deleterious to Proper -adhesion. When blast cleaning is required, it shall be shown in, the plans and Shall be done in accordance with the -Item "Blast Clean ing". Asphalt surffices.nor e than 3 years old or Portland cement concrete sera ces.shall. be further prepared after clean.lngby completely sealing with acid] 1c.. epoxy or Type .1.1 marking. When aler trltI c arkinppfi g shall beaed before -the sealer is �co-mpletely epoxy se1 s u sed, the hem opas'm ' cured:. LongitudInal fines shall. be offset at least two inches from constry ctionjDints of Portland cem-ent J: I .. houlder breaks of situ m.' concrete pravernents and or S i u mous concrete pavements. The rnaterl-al -shall be installed in increments of 4,.:6,:8 .1-2. oi.-24:-Inch.w4-ldt...h.sot.-otherw'tse shaped -om the specified width. hat I not exceed :M. except 1/8 ch as shown in -the plansw Deviations fi I S when. due to undulattonsin the pavement surfac T se thdeviation in width shall not e., in wnicti ca e exceed 1/4 inch, .' I sh I I I if, at some future time Thematerm ..,.;Al.ln.otp:ro.h'b'tad.--hes'oli.ofothciAth.ermop'lastIL-11:i.n.arkin-gs:'- new marki.'rigs are placed over existIng materiaL New materlal shall.bond Aself to the old line in such a manner that no spififfing or separation. takes place. Thealp lication of hot-appli-ed payeinent markings shall be done.only on a.clean,.dry pavement havin.g.a: road surface temperature above 501E and an, air temperature of 55'F. The application ofh hours after the ot-applied pavement maektngs shall not be performed -for a minimtuiii. of 24. �road surface has become wet due to rainfall or any other rneans. When pavement. marking: application spray and operations as for: five minutes or more. 4 t tray head must .be flushed by spraying pavei ent. marki.ng nnaterial 'into a panOr sirn-Har .ni container until the pavement marking. material being sprayed out the nozzle *Is at. the proper temperature, for application:. Exhibit A Unless otherwise directed by the Engineer, pavement. m arki ng material s s.1 l not be placed. on. roadways between November I and March 1, su:�Jact to temperatureand moisture 1:imi-tations s ffied elsewhere here* pecl in. The thickness of the marktngs shal.l. be unifon-n througbout the'r lengths and, wI 'Sdths Uri, s otherwitse.specitted in the plans, the minimum thl&ness of the markings applied by extrusi.oin, as -measured above the lane formed by the pavement surface, shall notbe Iess1han 125 :ram its m the center of the marki-ng and 90. i-alls.at a distance of or fftch.ftom the edge. Maxlmu'm thickness shall be 1,25 rn.11S. The Contractor shall supply a device, suitable to ffie.Eng*neer, to measure thickness of the. applied extruded markings. V11. F in i shed.Product -Reg u irern ents -, Fin.i.sh:edtli.ei-iiioplastr. cpavement in.at-kin.g.�m,ate-ri.alssh.al.lmeet the. following. requirements: Av Physical Characteristics: The finished thermoplastic pavernentrear king. mater*al. shall be a free-flowin i oth :g granular mater'alunless , erwise specified-, Thematerial shal.l.re-r.nain III 1: thefree-flowing state in storage for a mn ii-mum of six months when stored at temperatures of I OOOF or less. The material shall be readfly spra ed through nozzles corim only'Llsed on thermoplastic spray equipment at temperatures between:400'F to. 425T. B. Toxit temperatures Grp to and including 446'.F,:..m:ater1al.s shall not.gi-ve off furnes L. which. are toxic or othetwise injUri ous to persons, animals, or property.. C. Mated al Staff i-litv. The material. shall. not area down or detertorate when held at 40:0'F for:4 hours. Do Temperature vs. Vi.scosnty Characterlstics� The temperature versus viscosity . . .. ........ characteris 1 1. 1 .onstant throughout up to 1-tics of themater'al in the plastic state shall remain c four. reheatings to 401.':F and from batch to batch.. E. Chemical Resistance- The maiteri . al shall not be adversely altered, by contact with. sod'itun chloride, calcium. chloride, or other simflar chernicals on orUsed, on the roadway surface-, by contact with the or content of pavement materials; or by contact fi-om of droppings from trafflic. F. Softening Point: The materials shal. I not soften.:at.1 9.4'F when tested by the Ball and Ring Method, ASTM Method E28. G. Color: The CIE chrornafic'ty c I t te I I I oord*nates: of he material, when de . rm.:'n.ed in accordance with Tex.-:839-B,: shall fall within an area having the f-oll-Owing corner.points. Point I Point 2 Point 3 Point 4 Lutninous Color X y X y X y X y y White 0290 03 5 03 10 0295 0350 0.3; 4 0 0330 0.360 Mi3.65 Yellow 0,470 0.455 M 1. 0 0.489 0.490 0.432 0,537 OA62 45-60 et -o. -h color The white -and yellow material shall. meet theabove ,specifted color reqtltrern it f r eat respectively, before and after 70 hours of exposure.in, a Weather-O-Meter. Weather -Meter exposure shall be in -accordance with ASTG G 155 Using Exposure C cle 1. with a quartz inner y ffl-ter glass and Type ".S" Borosilicate outer filter glass. Exhibit A R.. ason.: rmoastir emntmarkg atere seor abrasion in accordance with, Test M—ethod, Tex- 851 -B.accordlng to Steps I through 8 of the -procedure using the fol1owing test parameter. 1. Test Distance — 5 I'M 2. Blast Pressure — 40psi . I Sarnp.le Angle -10 degree 4. B last Med la, — :1200. g. Uniformit :- Materiatshall. be.m.anufactured such, that', when sampled in. accordance wit CST ./ & P h 1. �.Nsentafive of the batch. Ms testing procedures, any 1:00-grarn sample will be repre i :or of of .at .a. VHL Formulaw. hite .A. Thermoplastic Marking, W. i ......................... %,by Weigh. Binder 1.8-23 Titanium foxide 1.2-1.5 Calcium Carbonate 2042 G.I.ass: Traffic Beads .3.0-45 Total 00i R 'rhea Marki .I..asfi . Yellow Ic I-11 ........ .. 9.1 YW ' h �ht Binder 18-23 Medlurn. Chtv.ne Yellow 5 �I 0 Calcium Carbon -ate 20-42 Glass Traffic Beads. 3045 Total '100 M. Sealer: Sealers for use on. Portland cernet concrete surfaces prior to application of the thermoplastle shall be either an aciTlic, epoxy. sealer or T . ype .arkin.g. X Performance-.. Pavement markIngs shall meet all requirements of this, specification. for- as in-MI-M UIU of three years after. 'Instal lation. Pavern.ent markings that fa-11to meet all requirements of this speciTication shall be removed and replaced at the expense of -the Con -tractor., The Contractor shall replaye all pavement rear, gin. 1. tng the requvem-ents.of this speci fi cat mn. within 30 working days following. notification by the: Engineer of such. falfing:. -All replacement. pavement.markings shall. also meet all requirements of this specification. for a minimum of three years after installation. XI. Measurement. Measurern.ent of t e sofid. and / or broken. fine markings will be -made, for each color, by the linear foot of the various widths complete In. place. Measurement of the arrows, legends a nd. ra� 1r. ad, c markings will bem-ade by each un�tcom..pletein place�. .1 o rossing 1, 1- ... . I Exhibit A XII. Pgymenv The work. perfori-ned, and materials furnished as prescribed by: this iterni, measured as Provided under "Measurement", shall be pald for at tie unlit price bid for "Thermoplastic Paverneat Markings ", f6r each color, per finear- foot of the various width...s... so.1.1d, and / or broken line per each it of the arrowsi,legends and railrrossings cow eke in. place. - i nis price shall be full corn pensation:for cleaning the pavement by any sui,table -means other than :blast cleaning, for ftirn.I.ShIng and plactng all materials, and f ..or all labor, tools., equipment and Incidentals necesSary to cotn.-pl.ete the wo& ic pavement -mar i -e I I Warranty (contract alp fications offly) - The thenn.oplast* k'ng: mat. r al ftirnkhed and installed by tract under this specification shall: beguaranteed 'by th,e con -tractor; against fallure because. of po or -nethof a ds: opplication. adhesion..resulting from defective materials or i .. V WaiTanttes may vary depending upon. t . ne appli i ic . ed fine th *. kness, the pos"Ition ing of the .1. Me the traffic density, the use of studded snow tires, and t -he frequency of snowplow operations. ...-f I The following. warranS le are.lyp ital. for appli.cati.on. thickness o 25 miIs for crosswalks and stop flines and 9.0 mils for landfines, centerfines,and edge fines 'by extruded method or 'by: spray r .e in nethod. Warranti. s for thinner fires these -fir highe - traffic, vo u. es may be reduced, commensurately. For non-detbuive pavement surfaces caTry i.rig volum.es fiewer than 50,000 vehicles per day, the contractor shall guarant eeto replace or renew without cost to the C.Ity that part, of the:pavement markings installed that. have-not remained to pelform siervice as follows:. a. Crosswalks and stop lines and. legen.d.s.. - :75 pereentof the total ofanyone intersection for one year. Retro-reflectivl'ty levels less than .250: nil.11.1candelas during a three-year per.lod after Instaltadon. b# Lane filles, edge fines, and centerlines - 90 percent of a unitfior one year, 80 percent of a percent of a unIt three years. :(A L 1 1 unit for two Years,. and 60 in't" . 's de fi.n-ed as any length of h.'Ighway having installed thereon 2, 1 1 000 fineal feet (610 in of I ne of spec'-fied w idth in any.conlibination-or patter: Retro-reflectivity level. of le, s than 250 m-I'llicandelas I 1 .1 1 S at anytime d r;':ng a eeyeape-H U thr-rod, after 'nstallation. I I I All. mi-mmum ret.ro reflectivity values for pavement markings are set f6rth MASTM D6359- 98. The rnin.i.mum retro reflective pavement markIng values are set at.250 m,cd/In2/"`Iux..for - I -s shall be attar reed. for three.0) t�ean.dl.75t-.n.cd/m2xfo;rye'l.low. These minimum value years from the installation date of the: markings, Exhibit A ATTACHMENT B ELIMINATING EXIS"FING -PAVEMENT MARKINGSAND MARKERS I L Descrint.ton: ­i nis specification. shall govern. for the ellminatIon of existing. pavement markings of.the -various types and. sizes and raised Pavernent markers as shown on. the plans or as d1rected. bythe Engineer. 11.6 Materials: Afl surface, treatment material. application. rates shall beas directed by the.Engtneerd, -ni: to the Unless otherwi.se shown on. the plans, surt'dwe treatment materials shall confoi -egates for- Surface Treatments" as requirements of"'Asphalts, 011s and Em.-ulsilons,.' and �.Aggi speciffied in TXDOT Pavement -Markin.g. Specifica tion. Testing ofsurffice treatment 1T.Iiaterlals may -r. Asphalt and aggregate types and grades -hall be as �shown on be waived by the Enginee S. theplans or: apProved by the Engineer. Construction Methods,. Efirn. inatin oof stir pavement mark-ings and markers shall. be .................. ....... .. ............... a'n-pljshed by one (1) or more of the following methods as api-proved by th.e.Engipeer. 1. Markings.on Asphaltic Surfaces:-. A, Placement of a surface treatment a mint -nu m of two et (2) wide to cover the existing. marks.. B., Placement.of a surface treatment, thin overlay or MiCrO-SUrfacing a mtnim.um of one (1) lane.In width in areas where directional changes of traffic are involved,or other areas as di.rected.by the Engineer. Construction methods for surface treatment shal, I con -form to "Surface Treatments.," as spiecified 'InTxDOT Pavement Marking Spl fications. 2, Markings on Concrete Surfaces:-. A, Renioval. by an approved burning .metl I Markings on, Asphaltic or Concrete Surffices'. .A, Removal. by water, water -sand, blastgig. techniques or by any other method(s). proven. satisfactory to the Engineer. 41. Markers s orAsphalfic or Concrete, Surf4ces: .A., Removal by any mechanical method to remove marker and adhesive Existing pavement n.iarkings and markers on. both concrete and asphaltic surfaces shall. be removed:gin. such a manner that color and/or texture contrast ofthe pavem-ent-surfa .-ce will be in at. Exhibit A Removal. of pavement markings on concrete surfaces by blast cleaning shall. be in accordance .4 wifli. Grand Prairie's �'Tavem:ent Surface, Pepa rration for Markings" specification. Blast Cleaning shall be perf6rmedin such a manner that damage to the concrete surface fs mjinlimal.. Pi -ed When, therrnoplasttc pavement markings or refabricated pavement mark.ings ate encottntei the application of heat may be.used to reniove the bulk of the marking. material prior to blast cleaning. When. heat .s used, care shall.be -taken to prevent spalling of concrete surfaces., A burner may be used for complete removal of pavement markings. 'Broom. removal or light blast cleaning may: be used for removal. of minor residue.. Dar to asph i nage, such as spa lling, shelfing, etc than !/4]nch. in depth, caused alflc urfices -resulting fi-om the removal of: pavement markers. shall be repel-ed. by the application of a two. (2) foot wide surface -treatment for longitudinal markers with. n.0 d1reefional change or a W. minimum of one (1) lane width surface treatment n areas, Whe.... 14:e direct-l'onal. changes of: traf j,c are, involved:. Grinding: is not an acceptable, method in- arker or marli-dtng rem.oval. However, eqwpment ac Utilizi.n.g I - he eloval of arkings and miarkers 'dered ceptable 'n special. ll.i.n.g.flails �is con.si- trn on asphaltic: and concrete surfaces. Exhibit A ATTACHMENT C PAYEMENT SURFACE PREPARA'riON FOR MARKINGS 1. Description: finis specification Shall govem for the. -surface; preparatfoll of pavement 1. ke Serf areas prior to placement of'pavement.markings or: ra'.sed pa vement marrs. It. Materials-. Abrasive blasting. medium, when used, shal.l. be-, a quality comm-ercial. product Capable of producing the specified surface cleanliness without the :deposition of deleterious matertals: on the cleaned surface. Water use dln- blashng operations shall. be potable. 0 . 111. Eqqjpj)j� Equipment shalUbe in good condition. Air compression equ 4ip.m.entshall utflize moisture and oi.1 traps, in working order-, of sufficient capacity to remove any contain inants fikorn. blasting air and prevent the d.eposifton of moisture, Oil.or other H.j ki ti aze special -mi. i -g fi .1 contanimants: on the.roadway surface. Grinding. equi,pment must u . Hfin . a"Is. V. Constructio.n.-Me-thods,, Widths, lengths and shapes of the prepared surfaces �hall not size tut-nt markings or . raised oly be f sufficien-o inclde he full area of pme. -pavement markers as shown on theplans. Surface preparation of Portland cement concrete surfaces shall be sufficient to remove contam.mants. Dam -age -to. theroa-dwa fAce shall. beheldto a m-m-imum. A.sphalficpavamen t y sur surfiaces: shall be cleaned by brush.m.g.. wa shingcorrip ,, ressed air, high pressure wateror any coin bination thereof to remove all forms of contamination and.loose materials. A11 surfaces shall be cleaned sufficiently to remove loose and flaking materials from the roadway surfhce. When existing markings are encountered, they shall be cleaned sutic 'ently to remove all loose and flaking materials. Small. spots of old mar kip gs.or contaminants of up to 0.5. square inch in. area may remain Ifthe contaminant is not removed by the.foll.owing test: Firml-Y press a I 0-Inch-long,two-Inch widei.str*p of mono filam-ent tape onto eeG the -surface to be tested, leaving approp imeately two ,inches (2") f -r. rasp the free end and remove the :tape with a sharp pull. Blasting. and. technique shall be controlled to Prevent dainage to the puvement surface. Grinding Is: not an acce.ptable method of inarker or marking. -removal.. However, . .&... 'dered. acceptableni the removal of markings equipment utifizing. spccial milling flalls.ils: Coll-si and. markers on Portland: ceinetit concrete and asphaltic suffaces, Exhibit A . L I ]I. Description.- This specification shall govem.forthematerials, composition., quality, sampl' 9. and testing of raised pavement mafkers of the various classes and types shown on the plans. 11. Mat.erials. Raised pavernent markers shall cornply with the requirements of Tx.Do,r Departmental Materials Speer tications as followsk Pavement Markers (Reflectorized). DMS-4200 .A. Raised Pavement Markers (Pavern,ent.Markers, Reflectorized). Raised. pavement markers shall include T ypes: 1-.A, I_CI-RI 11-A.-A and 11-C-R. 1 DIQ I escrj pt.1 0111-1. Jype I -A. Type I. -A. shall contain onle face that reflects amber light. The biddy, other than the refl.ective face, shall be fellow. Typie I-C. Type 1:-!C shall contain. one face that reflects white fight, The body,: other than the reffective. fact, shall be whitey silver wh ite. Type I-R. Type I-R shaLl corat ain.one face that refleCts red light. The body, :other than the reflective face ,.shall be white or silver white. Type 11-A-AN Type 11-A.-A shall. contaln. two (2) reflective faces, oriented 180;'toeach. other, each of which. all reflect amber Light. The body., other than the reflective faces,. shall 'be yellow. Type 11-C-R. Type 11-C-R shall contain two; (2) re-flectIve faces:ori.ented 1:80'to each other, one of which, shall re-flect white light and one of whichshall reflect redfight. The body, other than, thereflectilve faces, ..shall be white orSH.Ver white. Optionally,: thmay be one-half white, silver -white, on the .side that reflects white light and onehalf red on the side that reflects red light. 111P Appearance Requirements.: The oluter surface of the RPM's shall be stilooth :except for the rn.olding or stamping of th-e manufcturer's unique.i.rnprint, All corners iand edges exposed to traffic shall. be rounded. IV. optical Re irements: The RPM"s shall be capable of providIng amber red or White fight , CIL14 . . .. .... . reflection. as requil-ed by the requisition or plans. The reflected fight of'each- reflective fhce. must conform to the minimum. reflective speciiic intensUy (SI) requimeai rements sured n. candelas per foot-candle fcd/fc) as follows: Exhibit A ..... ...... . ...... ............................... ....... ... . ... . flective Face a t 0,20 Observation. Angle(cd/k). M. n1inum S.1 per Re ............. rystal Amber Horizontal - Entrance -An C. Red ...... ....... . . . .. . 40 3.00 2.00 0.75 200. L50 LOO 0,30: ....... ... V. 'Ph.ys:l.cal,'Requ,ii-einen-ts-. The RPM's shall comply w1fli TxDOT "'Tcx-434-A, Breakiing Strcngth of Traffic .Buttons". V. V1. Heat Resistance: The- RPM' s shall comply with TxD.OT "Tex-846-13, Testing the Heat Resistance of Reflector Units"'.. VIL Sam-pl-in : Sampling will be:in. accordance with.TxDU1` Test.. t Tex. 72:9-1 V11L.Con structlon Methods: -Each class, of ralsed pavement marker all be from the same manUfacturer. SUrfaces to which. markers are to'be installed by an adhesive shall be prepared by any method approved by the Engineer to ensure that the surface is free of dIrt, curing compound,.: grease, oil, M OPSAure loose or UnSOUn. pav ter d ement inarkmgs and any other material which would adversely affect the adhesive bond. Unless otherwise, shown on the plans, surface preparation. for on of raised pavetuent m-arkers w . i :. 1i not be paid, t' r directly, but sh-all 'be considered insty atiI subsidiary to this item Guides: to mark the lateral placenient. of pavem ent markers.sh-allbe estohed-as shown on. the -plans or as directed by the Engineer. The Contractor Shall establish the pavement rn-arker: guides and the Engineer wi I I verify the location of the gu Ides. The pavement markers shall be placed in propeli, alignment with gui.delmes established on the roadway. The deviation rate in afignm-ent shall not exceed one inch (I ") per 20.0 feet of roadway.. The maximum. deviation; shall not -exceed two. inches (2"') nor shal.l. any deviatlan. be abrupt. Markers placed that ai.-t not in alignment or sequence, as shown. on. the plans or as stated in this .specification, shall be.renl..oved by the Contractor at the Contraotor"s expense. Removal shall. be in accordance with, Grand Prairle: S "Etiminating Dsdsti or Pavement Markings aid Markers" Specification except for measurement :and payments. Gu-Ides placed oil -the r adway f6r al' M ent rpos esShaIl not estab mar on the roadway. o; i gh...... p u I ish a: perman-ent mg m k'. I've Unless otherwise shown on the plans, the Contractor shall use the f-011owing adhes' materialsfor placement of markers.. Epoxy adhesive for Raised: Pavern.ent Markers on Portland cement concrete pavements. Bituminous ad.hesive for Raised Pavement Markers on asphalt surfaces. Adheslve shall. be applied lnsufflciewquantity to ensure thef Bowing: Exhibit A 100 percent of the on ni-9 area of raised. pavement markers shall be. in. contact wIth the adhesive.. Unless otherwi.serequi-red by this item, ad,hesives-shall. be applied, in accordance with. the. nianufacturer's recommendation.s. niwe- erials Speifi Blitum-,ous: aanesshall confme ami to the requirems of the Tx-DOT.Mat u.. ccation DMS- 61-30. Epoxy adhes've shall. con.form to requirements of the xDO:tertals Specification DMS-6 100 Type 11. Traffic Marker AdhesIves. When bituminous adhesive is used, the pavement and .raised pavement.m.arker temperatUre shall be east 400 F. The b1tummous adh.e.sive shalt notbe heated above 400'F. The b1tummous adhesive shall be agitated Inter-mittently to ensure even heat distribution. Epoxy adhesive shall. be machine mixed.. Raised pavement. markers shall. be free of rust, scale, d 1A,:. o 11., grease, moisture or contain manta which-m-fight adversely ofct theadhsaws bond. d and Raised pavement markers shall be placed immediately alei: the adhesive is applie .Shal-I be fire bonded to.the pavern.en.t. Adhesive or: any her materi :1. that impaws functional reflectivity will not be acceptable., Exhibit A INSTRUCTIONS.- These standard ternis apply to all solicit ations.. 2. BEST INTEREST- The City resen=cs the riI ght toreje. ct any or: al I responsess. and lowalvefOrnialit] es. The City a.] -e so T'C- s ry C the right to purchase through State awarded contracts or other inter-govenlAilental. agre-emenits when itis in the best interest of th.e City. I PRICING: Price(s) quoted must be held firm for minety (90 days to allow fir evaluation unless Otherwise noted in. this: document, 4-SILEN:CE OF SPf,CIFICATION: ':I:'h.c apparent- silenw.- of theses pec t fi catt on s as to any Lie ta I I or to the apparent o In. i ss ton, of a detailed description concern, . ing, an y point, shaH be regarded as meaning that only the best commercial practices are, pre y . evall. All interpretations of -these, speciflicatiOns shall . be, -made based on this state.nient, 5. KO. &:,All shippIng shall be F.O.B. Destination.. 6. COO.PERATIVEANTERLOCAL Pt.."R.C11ASINGN: If the vendor checked yes oil the stibmittal affirillation. form to allow t'or Interlocal Purchasing the following N.vlll apply.. Government Entities titilizing..Irite r-Gove.riiiii.etitaI Contracts with the City of Grand. Pr i ie I .1 air. - will tic cbgiblea bLit not obligalcd, to Purchase goods and. services tinder this contract. (s) alx-a,rded as a result of this solicita ion� All purchase 1 #1 .s by Government. 1 En titi s 11 c a . 1 .1 C.. Atli e r ttyan. the. C i ty o f (I rand Pro i riwill be billed directlyto that Gcis emmental Entity and. paid by that Governmental EnlityThe City of Grand Prairle will flwtbe responsible fir .anottier Governmental Entlty's debts. Each Govern Melital Entity N011 order the irggod s and services as needed. 7, SPLITANVAR.M..The City of Grand Prairie reserves the right to, award a seprarate contract to separate vendors -for cacti 1tem/group or to award one contTact -for the entire bid. 8. WITHDRAWAL OF RESPONSE TO SOLICITATION: A response may not be: withdrawn. or cancelled by the wn.dor for A.Period. Of ninelty (90) days folloNving-the date designated f6f the.receipt: WilhOut approval by the City.. 9. ERROR- QUANTI rry.. submittals must. be. made on units of quantity specified,. exten.d. and show total(s). In the eVent of discrepancies in extension, the ts.nitprice shall govern. 10., LATE MJBMITTALS". Submittals received. after the subillissi.01i dead -fine: shall be returned unopened and will be con -sidered voidand. -unacceptable. The City of Grand Prairie as rant respo n s i b]. e for to ness. fro rn a. n y c arr i e r fo r ally re as on.. 11. TAXES-. The -City of Grand Prairie is exempt frorn. Federal Manut"acture's.Excise, and. State Sales -taxes. TAX. 'MUST NOT BE INCLUDED IN: PRICING. 71ax exemption certificates will be ex rated by the City and furnished upon request. 12. ADDENDA. -Any in-terpretatiOns, corrections or chan.ges to fliese specifications will be made by addenda. Sole issuing authority of the addendashall . be vested in. the City of Grand prairie Purct.i:n.5,iiiio.:Depat iiient. Addenda Nivill benialled to all wbo are known to have receIved. a, copy of this, solicitation. It. is the responsibility of proposers to ensure they have received and un.derstand any i�,qued addenda. 13. PROTEST: Protests shall be submitted in wrifing.mid filed With 'tile Purchasing Division no less than three business: d . ay s prior to the City Council meeting: at which the award appears Z:� o . n. the agenda.. A. writte.n Iles "I] ponqe wn be prepared by the Purchasilig Man. ftsy 4r in. co nsultatioar with the end. user departmentand City Attorney In accordance witli the City Purchasliig ManLial, If the :protesting vendor does not A.-gree wit ..h. the staff recomnl�andafion_ they may appeal to the City Council. Protesting vendors niust contact the City Se cre-tary iti. order to be acknowledged;rid heard bye City Couned. at the first available: Council raceting.l. 1.4. PAYMENT TERMS: Pay nient. ternis are Net 30 unless otherwise specified by the City in this docurnent. 15. Ira T.FN FF R I G WFS The vendor agrees to lnd,enlni� and hold the city.hanni-ess ftotn any claim in,volving patent righl infringementr copyrights on goods supplied. 161ii. F UHN!DING: The City of' Grand. Prairie is a. 1101ne-ru'le municipal corporation o.per. ted and funded on an annual basis far Oct. 1. to Sept..: 30. The City reserves the right to terminate,, Without liability to the City,,.-an.y contractfor which funding Is. not available. 17. ASSIGNMENT: Vendor shall not sell, assign, trander,, or convey this contract in whole or in 1..)art., without the priar written Consent of the City.: 18. 'fix LN(.)'E:. This 'aareement will be govem:ed and construed ncordirid to tile laws of ti he State ofTexas. 19. RIG 111" 0 F R EVI EW M: Vendor covenants and agrees that file. City. upwiircasonable: nofi:Oeto vendor, May review any of fli.e wos rk erformcd by vendor under thi. Contract. P 20.. DELIVE11Y TIMES: Deliveries wi.11 be. accepta.We only dffing.normal working hoursa.athc designated City Municipal Facility, 21. STANDARD WARRANTY-, Standard ni.anufacturer's warranty s h a] I b e prov i 0 ed an d. sub m. itted to the Cite of G ran d Prairie LI-P011 request, 0 otherwise indicated:�item 22:. PACKAGING.. I I s will be ne:wMILISedl and in first class condition in: contahiers sir itable.. for damage-ftee shipment and stmrage. 21 ORDERS AND INVOICING*- A. Purchase .Order.Number is, required for a.1.1 Purchases, All invol-ces nlwst identify the purchase :or d e I.- numb er it el ud e th. e b i d u. n I t p r 1. ei ny i te M., iden.tify the ordering departnientfuser,.arid Mclude contact phone and eniall. Exhibit A 24. CONFLICT OF INTEREST: -Fh.c successftil vendor hffeby the City of Grand Prairie to the extent permitted under the covenaws and agrees that during the Contract period that rds A open Recoct, v e n d or and an y of: vendor's ass o c i ate s. and e ni p 1. oy e e s wi I I have 28. WAIVER. OF AYFORNEYS FEES.: Vendor and City no.intere.st nor acquire any.interest, eitherdirect ' or indirect, e I i � 11 expressly covenant and agree that In th eveilt of any fitigatior Wh i ch Wi 1 .1 C oil fl i ot i .11 a 11 y ni ann e r w ith. th e p e rf6rm an cc: o f the arising between thew parties to this contract,, each party shal I be SCIA11ces called: .for under this Cotilract. All activities,, solely responsible for payr-nent of its attortleys and that in no investigations and other of tnade by vendor pier cant event shall. ei-ther party be. responsibic fO.r the other haft's this Contrast will be conducted by enip] oyetis or associates of altolli.ey's fees regardless of the OUtCOnle- Of the litiaation. vendon. Vendor further covenatits and :air ees that it understan,ds that the Code: of Ordinances of tile it of Grand 29. CHANGE ORDERS. menNo Oral statet of any person shall Prairie prohibits any officer or employee of th1ty firom. ect theterms,condifiolls,, or modify of: the change or aff having.any financial. interest,- either direct or I J n any ifications state i. contract. All change specl d in this business transaction Nvith the. Cify.v Any violation of this -)ntract will. be node in writing by: the Cit o f orders to the ct L7, paragraph which occurred pith theactual or constructive Prai Grand ine. knowledge of vendOT will render this contract. voidable by the 30. TEINATION: The City may, at its option. and without RM City:. PRjudice to any other rernedy to which. it -may be entitled at ar FURIM. CIQ — is required. when. a. conflict: exists M I.aw Or iwetjuft telli.i.inate tile right for vendlortoaccept Further accordance with Chapter 176. 1,ocal Govemment Code, orders under thins -Contract in, whole or in part, by giving at by a vendor who has abusifiess.refati-onship as defined by lcast thirty (3 0) days prior written no ice thereof to velidor with Section 176.001(1ga) with a 1001 governmental entity the Und-erstandina that no further Orders may be accepted a fier and the vendor mects requirements under SectlMl the date .specified in such .notice. J'he City shall equ-Itably 176M60), By law this questionnaire must he filed with compensate vendor, in accordance with the terms f this the records administr r of th A governme-iltal entity m .. toi e loc C ont ra et for th e co rnm 0 d j t ic s prope r 1 y ordere d p r. ior to th e date not hiter than the 7t.h business day after the.date the following inspection and acceptance specified M such. notice i vendor becornes aware of.flacts that require the staternent 0 f s am-c by the C I ty, V en d o r s h al I not., however, be entitled to to be filed. See Sectioti. I 76.006(a:- Y), Lo cal Govmm eent lost or anticipated f should the Citychoose to exercise its pi is Code.. A vendor coninlits EM offense if the vendor option to terniinatc knowing.1 vioWes Section 1.76.,006, Local Goveniment Code, An off rise under this section. is a rnisdenican.or. 31. TERMINATION FOR, DEFA131.T: 'Me CITY reserves the TiMs forni. 11.1ay be obtained fi-om the Texas Ethic rightto enforeethe performance. of this puTchase order in any. C0111111 115S 1011 s -wcbsitc­ main prescribed by law .or deemed to be in. the best interesa of the CITY' in the event of breach or default. The UTY 25. CONFIDENTIAL WORK-. Any reports, designs, plan, reserves, theright. toterminate the purchase order immediately inib.n-nation., pro j.ect evaluafions,. data or any other I i:il.th,eevetitt'lieV'ENDORta��Isto meet deli sched U-Jes 0 documentation givell to or prepared or assembled by vendor or (2). otherwise perform in accordance with this contract and under th-ls contract s - lia-11 be kept con-f-idential and may not be i n.corpo rated. documents.. Breach of contract or defult ideae available. to any individuator organization by vendor mall-orizes the CITY to award, to anoffier VENDOR, purchase w1thout theprior written approval of the City except as may be Osewhere and. charge thefull increase in; cost andhandling to re-quired by l.aw. thedefaulunio VLNDOR,. 26, WARRANTY, HOLD 11A'R-M1xss, AND [NI)EMM.'rv.. 32. PERFORMANCE OF WORK: Vendor or vendor". S: Vendor warrants that the coniniodities it delivers to the City associates and employees st all. perform all the work called for s h al I b e dial retired in a goo d and. Work ni a n I i lie rn an neT 1 and that in. this Contract. Vendor hereby covenants and agrees that all anyitenis delivered to the City, under fl contract will be.fit. work on this prQject of vendor'sarssociti d employees who I dates ,in n for the particular purpose for which it was furnished., Vendor shall be Cully qualified to Linde make same and conipetent to do shalldefend., indeninify, and hold the City -whole and harmless the work. described in this Contract, and the services performed against any and all. clainis for damages,Costs,', and expenses to shall be:per!brrncd M. a good and work marill.ke manner., and personstir property that. may arise out of, -or be occastoned. by, drat the finished product.shall be fit fffir the particular use the. execution :or perforriiance of tries Contract :or a. Y of contemplated by this agreemei -t. vendor's activities or ariv act .0. f cominission or orilission. lated tntra ct of any representative, agent, Customer., reo this Co 3$. OWNERSHIP OF DOCUMENTS: VENDOR employee, sub-veildor or invitee of vendor or any dges that City was all o noteN., reports ack-nowle ,, :or other e e i repres ritativel,-agent, enil.floyee, or servant of th City, If an. dc)cunients, intellectual property or documentation produced. itern �is covered. by a. MantrFacturer's warranty, �it is the -en -pursuant to this. -me bythe: v . dor ".1 agree nt Or in. connectio-1:1 With responstbill-ty of die vendor to obtain the information for City its work which are not other: bl ise puIc record.s. Vendor and to get the ManufactuTer to hionor the N Arranty.. acknowledges that.Cfty shallhave copyH ght privileges. to those notcs,. reports,., docLunents, processes and inforni-ation. Vet 27. 'PROPRIETARY: INFORMATION: Any niaterial or shall provide City a copy of ail such. notes, repoits do-cuments, 6 information that is ecInsidered. proprietary in: nature MU -St be - an.d inf6r:Ri. ation (except to the extent that they contain clearly marked. As such. and will be treated as.confidenbal by -dent' -i about. third parties) at City expense, confi ial in.ffirmall. i upon. xNeritten request. Exhibit A 34. PRICEREDETERMIN-ATION.: Price redetermination shall only be - con. sidcred by the City fort-)4.ve ( 5) days prior to to anniversary date of the initial contract award and stibsequent renewals. Pri-L-ce rLdeterniiriatioil..reqtiest.s niust be sUbstan-hated ill Writino The C-Ity of Grand Prairie reserves the right to reject the request Wlien it is deemed to be ire the .hest interest. o -F the City. 35. DRUG FRE.E.'WORK. PLACE: VENDOR hereby Covenants and ag-rees that darl-ricy the contract, per -Tod. that VENDOR and. any of VF.ND associates and employees shall follow the CITTS, drug free NvOrkplace pioll.cy. 36. SPECTION: AH goods and. services will be subject to. inspectlon an.d testing by CITY prior w acceptance. Goods rcjected and goods supplied. in excess of.quantittes Ordered may be ivturiledto th.c VENDOR. at its expense. If any cif 'the goods or services are foci n d at any to:be defective in mat erial.or workman sliI.P., or otherwise not In contbrmity with the requirenlents of this purchase order includinig. any a . I I hen pp I Wab I e draw -In g S:Arid s p e cifi cation s, t CI° "Y�! in addition tO SLIC11 other rights and reniedies it may have by contract or by la,w or equity, at its sole discretion may raj ect and return such odds at V EN DO R s e xp e. n se, req u i re'VEN DO R to i ns pect the goods and remove. nonconforming goods atidlor require 'VENDOR. to rc:place.tio.iicoii-foriiiitig goods or services with conforming.goods or services. 37. PAC.K,jiG1NG.-,:AH goods niustbe packaged in the manner as specified by CITY and shipped in the manner and by the route, pect I and carrier designated:by crry, If CITY does not spec(lie way thegoods must be: packaged., VENDOR shall pack -age Uie goods to avoidSri y dali.iage: in. tfansit..[f .CITY does not specif.N.-f the manner of tpnientll route or carrier, 'VENDOR.Shall ship the goods at -the lowest possible transportation T:.qtes,,.consistent with. VENDOWS obliption. to meet the: delivery schedule set forth in this Order. 38. AUDIT: the CITY reserves the right to audit thecords. and perforniecin.ce of contractor during. the contract :and for three years thereafter. 39. 1 NS URA N C E'. Prior to the co aune ace me n t of wo rk Linder this Contract,; vendor shall obtain wi.d shall continue to maintain in full force and effoct durin R the terni of this, Contract any insurance -required by Law and any additional insurance that. may be, re 'red pursuant to: the specification. Per.f rmance rear ... ; . . I I under the contract will not start unfil this oblI igation h ., b ;a5 cell met, Carder must be authorized. to do business in Texxa.s rated e.i 7�:� A or better in. thccurren.t Best Key Rating ( J. uid.e...All psi lides shall be..of [lie "OCC-Urrence type" end the city of Grand. -Prairic shall be listed, as an additional insured (to the extcnt Contractor/Chy are Mdeninified pursuant -to the, indernnity provisions herein) on. :all cerdficates ofinswance.. Additional histired. Clauses does not apply to Workers' Compensation and Employer's Li a'b fl ity. A waiver of S U brogat] on Clause, i ain1. ng the city of Grand Prairie "shall be included." on. MI. types of coverages. TYPE AMOUNT :4. Workers' Compensation Statuto"y b.. EHinployer'i Ltability $1;000,000 C.o-Inprehensive General Liability $1,000,000 (co-1,11bined. S111gle- Limit). d. Premises Operations .e, Products Operations Hazard f Contractual InSU.rance Comprehensivc.Automobi le.Ll abil ity $ 1.,.0. 00,00.0 (Combined Binds Limit) 40. 14B 1.295FORM: At. Wile of contract ex.e.cution vendor must p ro v i de a s igi ie d H B 129 5 F orm re cc i ve d dire cfl y frorn th e State of Texas, b nn1295 h Lj itif 41. CONrRxur EX.E.CUT:10N AND START DA.TE,,1-1e mvarded vendor will have ten catendar days after receiving the no 'v of award to return the e couted contract.1, certificate of insu.rance,, FIB 1295 forni, and vendor setup packet (when applicable). The CITY resenes .the figlit to terminate- the. contract iminiediately,place the VENDOR on the City's debarred vendor I Is t acid award to another V F_`,N F) OR. in the e event the V.ENDOR.fads to return the required documents by the indicated time. AfterdOCLI.1110itation is received by the City a. no-fice to proceed or purchase order will be issued. �rhe vendor w.111 lave Grp to five calendar days to begin performance under this contract., unless. otherwise agreed in. wrifing between the CITY and VENDOR. 42.! S TORM WAT E R R EQ U IR EM EN IN: 'r.11 C Co. 11 tnactor s h.a I I implement Best Management Practices (13M.Ps..) and good h 0 u sek.eep i n g: me as u re s to prevent stor mwater po I I ut, 1 on. I Ti accordancewith the current City of Grand Prairie Stormwater Discharges Ordinance (Article XXII I., Section 13). 41 1JOC:A1, PRE VER.M.-'EM Section 271.9051 of the Texas Local Govemment Code authorizes a municipality, When considering COMPeti tivc sealed b ids when the bid. ev al uation is setup to.award to the lowest responsible bidder,, to enter into a contract. for certainpurchases w1th a. bidder wimse principal place oft" us riess is M the 111L.1.1-11C 1palay and whose bid is within five percent of' the lowest bid if the lo�vest bid is :f om a outs de the MUnici-pality and contracting vvith. the local bldder would provide the beq combi ion P -ice and other econom.1c.benef-its to the mutiietpali-ty, Applicallon for Loctil Bith-ler Prqferenee must he subnUttett tvi tit bitl to be con,ered ky the Citj: of Grand Pt tie, If your principal pi ace of b ti s i n ess is w I th. 111 the Grand Prairie city Hi 1i I t S arid you Warl U0 app ly for local I preference consideration, then you n't us, t provid-e -a tax certificate for the. most current year marked PAID,, included with your Application fbr tlocal Bidder Preference_ Exhibit A Exhibit A Stripe,,knZone, Inc, .................................................. . ........................... Interested parties MUST submIt responses online through. WWWA LibliCL)L.�Lrcltlase,,co:ii.i. Response S .1 must 'Include all. the follmlng iten, rfisted be -low for consideration. Please contact vena qq@&UKp spond'ng. The subi-iiission should be III _q rel-tasexoni. for any issues -in re l the order stated.below. 'By my signat-ure I affirrn al -I items as listed ab.ove have been coin pleted and submitted as part of my firm'S proposal. Authorig6a4u-re Tale 6/ n, son UZ ,0! PrInt/Type: Name Exhibit A FWF . . . .................................................................. I ..................... . ...................................... ............................ ..................................... .... .. ..... ....... ....... ...... I a . By my sIgnature I affirm all itemp .as j Isted on the attached bid sheet have been completed and submitted as:.Paft. of my fin-ii.'s proposal. St ripewmA-Zona, Inc. ....... ...... . ... ......... . . . ........................ .... .......... .. . . . . . . . . . . . . . . . .. . ............................................... . . . . Authoriz�P:Sigiyature w Print/Type N.am.e Vice President of Finance. . . .... . . . . .......................... - "M W PA, JAI . F --- - -------- ................. .Pavement Marking Preparation DBL ARROW .. ...... Pavement Marking Preparation WORD .................... .... . . . . . . . --. . . ....... .......... . ................ . . . . . . . . . . . . . . . . . . . . . . . . . ...... . .. .. . ........ .1.9-00 . .. . .............. ....... $ ------- . — -- - - 570-00 ............ . ......... . Preparation RRXING ....................... .............. --- . . . . . . . . . . . . . . . . . . . . . . . ..................... .................... ................... . . . . . . . . . . . — ---- ---- Raised Pavement Marker CL B REFL TY 1 A 7,500.00 . . .... ........ ;Raised Pavement Marker CL B REFL TY: 11 A -A 1.8,000. 00 .. ............................ .... . . . ....... . ............ . . . . . . . . .............................. . ...... . . . . ........... ...................... ------ am A. 2,50 7�500.00 Raised. Pavement Marker CL B REFL TY 1.1 C-R . . . . . . . . ..... ..... 18000.00 . . . ....... . . ...... . . ......................... IMFER. ................. ........ 61700G.00 ".9-NEW ...... .. ..... �<NM .... . .......... ....... — . . . ................ . 489,885,00 .. . ......................... . . ... . . Exhibit A All qziestlons: should be-. answered clearly: and compIetely. Marketing materials WILLNOT be acce,pled In.11eu qfthis questionnaire. This a -is questionnaire ivill ssist the City in u erstaundnding your submittal and willhe used in the evaIuation proce�-ss and: therc)lbre it i's critical that the questionnaire, be completed and subanited with your submitlail. Provide al Least 3 Rqf�rence:-s, including contact naine-, agency name, tille, phone number ' and email qf those: you have provided similarselVices in th.cv, past three years:. T1 11fo -mat * n iv iis -i 10 ill be tised in the e:va:luation.of'yotir:,V:ubl.nittal.. Exhibit A How nyour m -my years has yoi-Vany been Iuivolved in pro.VI 'ding these types of comniodities oi- services) . ... ............ . .... ..... ... 1-11 --- I .......... Years 70 Montj.js�. .......... . ................... . . 7 -------------------- .Do You have a., corporate office, branch e m are .o ffic Nv house located in. the Grmd.. ': Prairie city linits? (.5point. Yes INo Address if diffiere nt, from a bove.- ............ ......... ... . Please Ist all govemenmit entities your firm has worked widi in the p diree (3) years': City of Grand. Prairie ................... City OfArlmgton City of Coll-eyville Town of Rower Mound TXDOT LAD ...................... .............................................. ----- --- — - ------------------ City of Bedford I ton ............. C'ty of Den ...... . ............ . . .... City of McKinney -------- - ------- City of Weatherford Exhibit A Exhibit A 'ffit's will. acknowledge your submittal contains a.11.1teni-s and .rec.eipt ofthe fillowing addenda: which are pait of the soliciation documents.. V01011,4: -All kems:i nt in. Su. mittsec is gave been. submit-ted M10c Addendurn No., Should other Government entkies decide to are ate .1"n this contract, would you, the Vendor a,&T. ee -that all fauns, coed It'lold Aloe ldpp' Yes NoF7 The undersigned agrees to the following.. ..A. Agrees that the submittal is Complete and all. requi quire infonnation/fom,ts Nve re, s ubm.itte d.. B, Agrees that the bi.d package was fully reviewed and. fullyunderstands the 0 require. eats. C..Ag.rees to: the Terms & Condkions as included i this bid packet aildhave noted. any exceptions. D.. Agrees that, their submittal shall be good and may not be withdrawn far a.period of 9:0 calendar daysafter the scheduled closing time:. E. W11.1 suppll required insurance, and execute contract willin. the time stated on the notice of award.. F. Affirms that the submittal. was: not prepared M' collusion with a-.n....y other fi. MI:and the contents of this submittal. have not been communicated by the enders -igned or: ar, any other person eng in bus* agent with d_. thist)�p of iness. 4y inj� stknature I affirin that I amauthor:izadto ev e cule; this proposal a5 an Qf .f&r to contract and in compliance ii4lh IMS solicitation, the undersigned.fit, havin &z exatnined theq)eq*ahon,�, and being familiar with the conAions to be mel herebj) sub m its a proposalj6r considerahOn qfbeingeels cled as COGP s provider A Lor sajd-; � 'ce,,,v; and: agtee enter. into negotiattonsff'-select.ed asp a. in- alist.1br said MWOM Vice President of Finance . . ....................... . . � . yyr�i�vsi is rint/Type NaM.1.011 Exhibit A Is .your business a c. ertified historically cally underutilized, business (HUB): or! Disadvantaged .Busianes nterpriSe (DBE) 9! ..:No Y s,- and certif� e ing agency: If you answered in theaffirin-afive, please include a copy of mycerfificabon asan attachment to your proposal, g� RIA. , a gggv,z H .. ...... ............. ... ......... . . .. MEMOS Does not boycott Israel currently; and 2. W1.11. not boycott Fsrael- during the term of thecontract. Pursuant toi.Section:22 70. 0 1, Texas Government Code .:- .1. ".Boycoll Israel means rqfiising to d�al ivilh.,, term in.atingbusiness activities ivith, or otherwise taking any action that is intended to penaliZe. in 'a econonne harm on, or litnit .- . ry:". commercial: relationsspecyteally with Israel',; or with a person or entily doing bll.�iness in Israel or in an Israe 1-controlled -terriiory,. but does not include, :an. action made jbr ordinary purposeay.,, :and 2.. "Conipany " m::ea-ns.a,for-j)rqfavo1e p.roprie:1orsh�p,, organization, amciation, H iy,) 0: r corporation, partnership,jo' !I venture, limited parinersh:' limited llabl*h'ty partnersh:... in 1A at?y.limit,ed:.Ii,a-bility:co,ii,zpap�v, incluaing: a wholly owned subsidiarj� niqlarify-owned -subsidiary, parentcon.,�pany or; af. iliate qhose, entities or.business associations thiat exist to make,: a prqfi, ................ . CERTIFICATE OF: INTERESTED PARTIES FORM 1295 1 0T 1 Complete Nos. I - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-787246 Stripe- -Zone, Inc. Grand Pairle, TX united States Date Filed: 08/05/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Grand Prairie Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFB#21116-Pavement Marking Svc Pavement Marking Services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling intermediary . .................. 5 Check only if there is NO Interested Party. 7X 6 UNSWORN DECLARATION My narne is J014) J0 and my date of birth is - my address is �� 1� t s ............... a� (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 1& 1 1, 20 ............ (month) (year) of authorized agent of contracting business entity (Declarant) I Forms proviclea by TexaS EtIlICS commission WWW.T3tn1C&Sry.tX.US version vi.i.ceffmitia aOF ACQR�CERTIFICATE LIABILITY INSURANCE 1/1/2022 DATE (MMIDDIYYYY) 8/5/2021 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(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LOCKTON COMPANIES CONTACT NAME: 3657 BRIARPARK DRIVE, SUITE 700 HOUSTON TX 77042 866-260-3538 PHONE FAX Ext : A/CNv E-MAID ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Zurich American Insurance Company 16535 INSURED Frontline Road Safety Holdings, LLC 1482042 Stripe -A -Zone, Inc. INSURER B American Guarantee and Liab. Ins. Co. 26247 INSURER C : INSURER D : 2714 Sherman Street Grand Prairie TX 75 051 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 17746557 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WV❑ POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F7X OCCUR PD Ded: 5,000 y y GLQ 3002387 00 1/1/2021 1/1/2022 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTE PREMISES (Ea occur ence) $ 300,000 X MED EXP (Any one person) $ 10 000 PERSONAL & ADV INJURY $ 2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY FX] PRO- F LOC OTHER: GENERAL AGGREGATE $ 4 000 000 PRODUCTS - COMP/OP AGG $ 4 000 000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY y y BAP 3088737 00 1/1/2021 1/1/2022 COMBINED SINGLE LIMIT Ea accident $ 1 5 000 000 X BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX X PROPERTY DAMAGE Per accident $ XXXXXXX $XXXXXXX B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y Y AUC 3109785 00 1/1/2021 1/1/2022 EACH OCCURRENCE $ 511000,000 AGGREGATE $ 5,000,000 DED RETENTION $ $ XXXXXXX A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N A Y WC 3002388 00 1/1/2021 1/1/2022 PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1 000 000 E.L. DISEASE - EA EMPLOYEE $ 1 000 000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACDRD 101, Additional Remarks Schedule, may be attached if more space is required) All policies include a blanket notice of cancellation to certificate holders endorsement, providing for 30 days' advance notice if the policy is cancelled by the company other than for nonpayment of premium, 10 days' notice if the policy is cancelled for nonpayment of premium. Notice is sent to certificate holders with mailing addresses on file with the agent or the company. The endorsement does not provide for notice of cancellation if the named insured requests cancellation. All policies (except Workers' Compensation/EL) contain a special endorsement with "primary and noncontributory" wording. CERTIFICATE HOLDER CANCELLATION See Attachments /7746557 City of Grand Prairie SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN: Anda Upchurch, Sr. � THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Buyer —Purchasing Division ACCORDANCE WITH THE POLICY PROVISIONS. 300 Main Street NTATIVE AUTHORIZED REPRESE(f3LI. Grand Prairie TX 75050 ACDRD 25 (2016103) @ 1988-2015 ACORD CORPORATIO 1f1. All rights reserved. The ACDRD name and logo are registered marks of ACDRD Attachment Code: D581204 Master ID: 1482042, Certificate ID: 17746557 All policies (except Workers' Compensation/EL) include a blanket automatic additional insured [provision] that confers additional insured status to the certificate holder only if there is a written contract between the named insured and the certificate holder that requires the named insured to name the certificate holder as an additional insured. In the absence of such a contractual obligation on the part of the named insured, the certificate holder is not an additional insured under the policy. All policies include a blanket automatic waiver of subrogation endorsement [provision] that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. In the absence of such a contractual obligation on the part of the named insured, the waiver of subrogation feature does not apply. Attachment Code: D585631 Master ID: 1482042, Certificate ID: 17746557 Additional Insured — Automatic — Owners, Lessees Or ZURICH� Contractors Policy No. Eff. Date of Pol. Exp. ❑ate of Pol. Eff. Date of End. Producer No. AWL Prem Return Prem. GL03002387 00 1/1/2021 1/1/2022 1/1/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Frontline Road Safety Holdings, LLC; Stripe -A -Zone, Inc.; Apply -A -Line, LLC; Griffin Pavement Services Address (including ZIP Code): 9 Greenway Plaza, Suite 2400, Houston, TX 77046 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW (04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D585631 Master ID: 1482042, Certificate ID: 17746557 C. The following is added to Paragraph 2. Duties In The Event Of occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW (04/13) Page 2 of 2 Includes copyrighted material of Insurance Services office, Inc., with its permission. Attachment Code: D585630 Master ID: 1482042, Certificate ID: 17746557 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add' 1. Prem Return Prem. GLO 3002387 00 1/1/2021 1/1/2022 1/1/2021 Lockton Companies $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW (12/01) Page 1 of 1 Attachment Code: D585663 Master ID: 1482042, Certificate ID: 17746557 POLICY NUMBER: GLO 3002387 00 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A General Aggregate Limit applies to each construction project where the Named Insured is performing operations, however, a General Aggregate Limit does not apply to any construction project where the Named Insured is performing operations that are insured under a wrap up or any other consolidated or similar insurance program. I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I A. For all sums which the insured becomes legally 3.Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I — Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I — Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations Schedule above: nor shall they reduce any other Designated 'I. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, General Aggregate Limit shown in the except damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the applicable Designated Construction Project "products -completed operations hazard", and General Aggregate Limit. for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 Insurance Services Office, Inc., 2008 Page 1 of 2 Wolters Kluwer Financial Services I Uniform FormsTM Attachment Code: D585663 Master ID: 1482042, Certificate ID: 17746557 B. For all sums which the insured becomes legally C. obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical D. expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. E. When coverage for liability arising out the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. The provisions of Section III — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 @ Insurance Services office, Inc., 2008 CG 25 03 05 09 ❑ Attachment Code: D585623 Master ID: 1482042, Certificate ID: 17746557 0 ZURICH Limited Operations Coverage — Work Excluded Under A Consolidated (Wrap -Up) Insurance Program Policy No. Exp. Date of Pol. Eff. Date of End. Agency No. Addl. Prem. Return Prem. GLO 3002387 00 1/1/2022 1/1/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Frontline Road Safety Holdings, LLC; Stripe -A -Zone, Inc.; Apply -A -Line, LLC; Griffin Pavement Services Address (including ZIP Code): 9 Greenway Plaza, Suite 2400, Houston, TX 77046 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Description and Location of operation(s): (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.} A. The following exclusion is added to paragraph 2., Exclusions of Coverage A — Bodily Injury and Property Damage Liability (Section I — Coverages): This insurance does not apply to "bodily injury" or "property damage" arising out of either your ongoing operations or operations included within the "products -completed operations hazard" at the location described in the SCHEDULE of this endorsement, as a consolidated (wrap-up) insurance program has been provided by the prime contractor/project manager or owner of the construction project in which you are involved. This exclusion applies whether or not the consolidated (wrap-up) insurance program: 1. Provides coverage identical to that provided by this Coverage Part; 2. Has limits adequate to cover all claims; or 3. Remains in effect. B. The exclusion in A. above shall not apply to your ongoing operations at the location shown in the SCHEDULE — for your service, maintenance, correction, repair or replacement of the original work performed and insured under the consolidated wrap-up insurance program. U-GL-1294-A CW (10/06) Page 1 of 2 Attachment Code: D585623 Master ID: 1482042, Certificate ID: 17746557 However, this extension of coverage does not apply to damages because of "bodily injury" or "property damage" due to any service, maintenance, correction, repair or replacement work: 1. as respects the "products -completed operations hazard"; or 2. for which coverage is afforded under the consolidated (wrap-up) insurance program. .C. For the application of the coverage provided by this endorsement in paragraph B. above, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS paragraph 4 Other Insurance is replaced by the following: This insurance is excess over any other insurance, whether primary, excess, contingent or on any other basis. If any other insurance responds or can respond to this loss, we shall have the right but not the duty to defend any "suit". When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: 1. The total amount that all such other insurance would pay for the loss in the absence of this insurance; and 2. The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that may apply and that was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. Countersigned Authorized Representative U-GL-1294-A CW (10/06) Page 2 of 2 Attachment Code: D585648 Master ID: 1482042, Certificate ID: 17746557 Notification to Others of Cancellation ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pal. Eff. Date of End. Producer No. Add'I. Prem Return Prem. GLG 3002387 00 01 /01 /2021 01 /01 /2022 01 /01 /2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed operations Liability Coverage Part A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 14 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Number of Days Notice: Oraanization(s): I To Be Determined, as required by written contract. 1 30 days I All other terms and conditions of this policy remain unchanged. U-GL-1446-A Cw (05/10) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D585629 Master ID: 1482042, Certificate ID: 17746557 Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. AWL Prem Return Prem. BAP 3088737 00 1/1/2021 1/1/2022 1/1/2022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.l.a. and A.1.b. in this endorsement. d. where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organizations), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II —Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. we do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CIV (04/14) Page 1 of 6 Includes copyrighted material of Insurance Services office, Inc., with its permission. Attachment Code: D585629 Master ID: 1482042, Certificate ID: 17746557 C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1 ) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage — Increased Loss of Use Expenses The Coverage Extension for Loss of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CIV (04/14) Page 2 of 6 Includes copyrighted material of Insurance Services office, Inc., with its permission. Attachment Code: D585629 Master ID: 1482042, Certificate ID: 17746557 (1 ) other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; , (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered auto'. However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1 ) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, Visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same 'loss J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss' . The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss' . U-CA-424-F CIV (04/14) Page 3 of 6 Includes copyrighted material of Insurance Services office, Inc., with its permission. Attachment Code: D585629 Master ID: 1482042, Certificate ID: 17746557 K. Airbag Coverage The Exclusion in Paragraph 13.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 13.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per Vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage — Comprehensive Coverage — Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the ❑eclarations, whichever is greater. N. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of Vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. o. Amended Duties In The Event of Accident, Claim, Suit or Loss Paragraph a. of the Duties In The Event of Accident, Claim, Suit or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CIV (04/14) Page 4 of 6 Includes copyrighted material of Insurance Services office, Inc., with its permission. Attachment Code: D585629 Master ID: 1482042, Certificate ID: 17746557 agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer of Rights of Recovery Against others To Us The following is added to the Transfer of Rights of Recovery Against others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos — Physical Damage Paragraph b. of the other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto' . R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto — World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CIV (04/14) Page 5 of 6 Includes copyrighted material of Insurance Services office, Inc., with its permission. Attachment Code: D585629 Master ID: 1482042, Certificate ID: 17746557 U. Expected or Intended Injury The Expected or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss" W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: n the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket Vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CIV (04/14) Page 6 of 6 Includes copyrighted material of Insurance Services office, Inc., with its permission. Attachment Code: D585647 Master ID: 1482042, Certificate ID: 17746557 Notification to Others of Cancellation ZURICHm Policy No. Eff. Date of Pol. Exp. Date of Pal. Eff. Date of End. Producer No. Add'I. Prem Return Prem. BAP 3088737 00 01 /01 /2021 01 /01 /2022 01 /01 /2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Oraanization(s): Number of Days Notice: I To Be Determined, as required by written contract. 1 30 1 All other terms and conditions of this policy remain unchanged. U-CA-812-A CIV (05/10) Page 1 of 1 Includes copyrighted material of Insurance Services office, Inc., with its permission. Attachment Code: D585621 Master ID: 1482042, Certificate ID: 17746557 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84 ) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover 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 from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC 3002388 00 Endorsement No. Insured Frontline Road Safety Holdings, LLC; Stripe -A -Zone, Inc.; Apply -A -Line, Premium $ LLC; Griffin Pavement Services Insurance Company Zurich American Insurance Company Countersigned by WC'124 (4-84) Page 1 of 1 WC 00 03 13 Copyright 1983 National Council on Compensation Insurance, Inc. Uniform FormsTM Attachment Code: D585627 Master ID: 1482042, Certificate ID: 17746557 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on Policy No. WC 3002388 00 of the issued to Premium (if any) $ 1/1/2021 Endorsement No. at 12:01 A.M. standard time, forms a part of Zurich American Insurace Company Authorized Representative We have the right to recover 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 from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be mium otherwise due on such remuneration. Schedule Person or organization % of the California workers' compensation pre - Job ❑escription ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. WC 252 (4-84) WC 04 03 06 (Ed. 4-84) Page 1 of 1 Attachment Code: D585628 Master ID: 1482042, Certificate ID: 17746557 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 1 /1 1202 1 Policy No. WC 3002388 00 Endorsement No. Insured Frontline Road Safety Holdings, LLC; Stripe -A -Zone, Inc.; Apply -A -Line, LLC; Griffin Pavement Services Premium Insurance Company Countersigned by WC 42 03 04 B © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Page 1 of 1 (Ed. 06-14) Wolters Kluwer Financial Services I Uniform FormsTM 0 Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 3002387-00 Effective Date: 01/01/2021 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10101 edition); or b. The ISO CG 20 37 (10101 edition), such person or organization is then an additional insured with respect to such endorsements), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1-b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 'I., insurance afforded to such additional insured: (a) only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services office (ISO) ISO CG 20 10 (07104 edition); or b. The ISO CG 20 37 (07104 edition), such person or organization is then an additional insured with respect to such endorsements), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A CW (11/18) Page 1 of 4 Includes copyrighted material of Insurance Services office, Inc., with its permission. in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products -completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04113 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04113 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products -completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and U-GL-2162-A CW (11/18) Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying 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. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event of occurrence, offense, Claim or suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or "suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. U-GL-2162-A CW (11/18) Page 3 of 4 Includes copyrighted material of Insurance Services office, Inc., with its permission. F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section III — Limits of Insurance: Additional Insured — Automatic — owners, Lessees or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (11/18) Page 4 of 4 Includes copyrighted material of Insurance Services office, Inc., with its permission.