City of Cherry Hills Village

2450 E. Quincy Avenue Village Center

Cherry Hills Village, CO 80113 Telephone 303-789-2541

www.cherryhillsvillage.com FAX 303-761-9386

INVITATION TO BID

The City of Cherry Hills Village is soliciting bids from qualified firms for its 2013 Street Striping Project. The City intends to contract a sole provider to perform striping services within its limits. The services specified in this Request for Proposals (RFP) shall include the placement of new lane lines with epoxy paint and glass beads.

RESPONSES DUE:

April 18, 2013 Publish Request for Proposals

May 10, 2013 Deadline for Submission of Proposals 4:00 PM

Written proposals should be submitted to Jay Goldie, Deputy City Manager, City of Cherry Hills Village, 2450 E. Quincy Avenue, Cherry Hills Village, CO 80113. Proposals will be accepted until 4:00 p.m., May 10, 2013. Proposals will be accepted in person or electronically. The City reserves the right to accept or reject any and all proposals and to waive any information or irregularities in said proposals and delete or add items after an initial firm is chosen. The Request for Proposal does not bind the City to accept a proposal when, in the City’s sole discretion, the City determines not to do so.

SCOPE OF WORK:

Street Striping/Painting – Linear Feet

All Paint is epoxy with glass beads

Quincy 1 (Clarkson to University)

4” Yellow – 10,200 ft.

4” White – 7,825 ft.

6” White – 170 ft.

Quincy 2 (University to Colorado)

4” Yellow – 9,800 ft.

4” White – 4,430 ft.

6” White – 275 ft.

Quincy 3 (Colorado to Holly)

4” Yellow – 9,520 ft.

4” White – 2,180 ft.

Quincy 4 (Holly to Happy Canyon)

4” Yellow – 5,320 ft.

4” White – 850 ft.

6” White – 90 ft.

QUINCY – TOTALS

4” Yellow – 34,840 ft.

4” White – 15,285 ft.

6” White – 535 ft.

Holly

4” Yellow – 10,000 ft.

4” White – 1,420 ft.

6” White – 240 ft.

Colorado

4” Yellow – 10,170 ft.

4” White – 5,810 ft.

6” White – 210 ft.

Dahlia (Between Oxford and Mansfield)

4” White – 2,100 ft.

Mansfield (Between Dahlia and Colorado)

4” White – 4,200 ft.

GRAND TOTALS

4” Yellow – 55,010 ft.

4” White – 28,815 ft.

6” White – 985 ft.

All Paint is epoxy with glass beads

**See Bid Tabulation Sheet at the end of this document

STREET STRIPING SPECIFICATIONS

MATERIAL: All pavement marking materials must meet current CDOT specifications for traffic marking paint, as directed below:

SECTION 708

PAINTS

708.01 General. This specification covers ready-mixed paint. Paint shall be easily mixed. The mixed paint shall be free from agglomerates, skins and foreign matter and shall be of suitable consistency for the method of application. Paint shall have satisfactory spreading qualities and give a smooth, continuous coating free from breaks or sags. Paint shall be able to withstand one year of storage without detrimental deterioration. In a 3/4 full, tightly closed container, paint shall show no skinning after 48 hours.

Color where designated by number refers to Federal Standard 595B. All proportions specified herein shall be by weight.

708.05 Pavement Marking Paint. Pavement marking paint shall conform to the requirements listed in the table below. All proportions are by weight. Pigment composition and vehicle composition shall not vary by more than 1.0 percent of each amount specified.

Finished Paint Pigment (White and Yellow)…………………49.0% to 52.0%

(a) Pigment Composition. White & Yellow

Titanium Dioxide. ASTM D 476, Type III 27.0%

Yellow Pigment 35.0%*

Calcium Carbonate. ASTM D 1199. Type GC-11 18.0% 53.3%

Magnesium Silicate. ASTM D 605 54.3% 11.0%

Pigment Suspending Agents (see below) 0.7% 0.7%

*The pigment for yellow paint shall consist of a blend of organic yellow pigment and other pigments and fillers as are necessary to result in a colorfast paint complying with all provisions of this specification. The paint shall contain no lead or other material such that the dry film could be considered a hazardous waste under EPA or Colorado Department of Health Regulations.

(b) Vehicle Composition. White & Yellow

Alkyd Resin Solution. AASHTO M 248, Type F 70.0%

VM&P Naphtha, Fed. Spec. TT-N-95. Type 1

Driers. ASTM D 600 cl. B, and Anti-Skinning Agent, Methanol 30.0%

(c) Pigment Suspending Agent.

Organo-montmorillonite conforming to subsection 708.06(b) shall be added to achieve the desired storage and stability requirements.

(d) Properties of Finished Paint.

The paint at the time of container filling shall be free of skins, pigment agglomerates and foreign matter and shall meet the following requirements:

(1) Fineness of grind, Hegman, minimum 2

(2) Consistency, Krebs-Stormer, K.U. @ 25 oC (77 oF) 70-80

(3) Drying time, a wet film of paint 380 micrometers thick tested according to ASTM Method D 711, minutes maximum 30

(4) Reflectance. The white paint shall have a daylight 45o.0o luminous directional reflectance of not less than 80% when compared to magnesium oxide.

(5) Color. The color of yellow paint shall visually match color chip No. 33538 of Federal Standard 595B. In case of dispute, the color shall be within the green and red tolerance limits when compared with the standard color chips of the Standard Yellow for highway Signs and Markings - U.S. Department of Transportation, Washington D.C. The manufacturer shall supply test data showing that the yellow pavement marking paint will retain the yellow color within these limits for a period of one year under outdoor sunlight exposure.

713.08 Glass Beads for Traffic Marking. Glass beads for Traffic Paint shall conform to AASHTO M 247, Type 1 or Type 2, non-flotation grade.

Glass beads for Thermoplastic Pavement Marking shall conform to AASHTO M 247, Type 1.

Glass beads for epoxy pavement marking shall conform to AASHTO M 247, Type 1. The beads shall be silicon treated to meet the requirements of Section 4.4.2 of AASHTO M 247.

Glass beads shall be furnished in fully identified containers and shall be free of extraneous material or clumps.

Glass beads for methyl methacrylate pavement marking shall conform to AASHTO M247, Type 1 non-floatation and shall be applied by the first bead applicator. Glass beads applied by the second bead applicator shall be AASHTO M 247, Type 1 silane coated (AC-02) flotation beads.

SECTION 627

PAVEMENT PARKING

DESCRIPTION

627.01 This work consists of furnishing and applying pavement marking, and furnishing, installing and removing temporary pavement marking in accordance with these specifications, the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), the Colorado supplement thereto, and in conformity to the lines, dimensions, patterns, locations and details shown on the plans or established.

MATERIALS

627.02 Materials shall conform to the requirements of the following subsections:

Paint 708.05

Glass Beads 713.08

Epoxy Pavement Marking Material 713.17

Thermoplastic Marking Material 713.12

Pavement Primer 708.07

Preformed Plastic Pavement

Marking Material 713.13

Pavement Marking Tape 713.15

Pavement Marking Tape

(Removable) 713.16

Raised Pavement Marker 713.18

Preformed Thermoplastic Pavement

Marking Material 713.14

Methyl Methacrylate Pavement

Marking Material 713.19

CONSTRUCTION REQUIREMENTS

627.03 General. All pavement markings shall be placed in accordance with the following requirements. When the term “full compliance” is used, it means the pavement markings shall meet the requirements of Standard Plan S-627-1.

(a) Pavement Marking Plan. When pavement marking location details are not provided in the Contract, the Contractor shall submit a layout of existing conditions to the Engineer for approval or modification. This layout is to be used as the final pavement marking plan.

627.04 Pavement Marking with Paint. Cherry Hills Village requires that air and pavement temperatures are at least 55 oF and rising before striping can be done. The pavement surface and weather conditions shall be conducive to satisfactory results.

Equipment shall be capable of painting a reasonably clean-edged stripe of the designated width + 1/4 inch and shall have a bead dispenser directly behind, synchronized with the paint applicator*. For centerlines and lane lines, an automatic skip control shall be used that will paint a stripe with a gap as shown on the plans. Machines having multiple applicators shall be used for centerlines with “no passing zones.” In areas where machines are not practical, suitable hand-operated equipment shall be used. Stripes shall be protected until dry.

Cherry Hills Village requires the use of compressed air to be used to clean the surface just prior to the application of paint.

Paint and beads shall be applied within the following limits:

Application Rate or Coverage

Per Gallon of Paint

Minimum Maximum

Paint: 100 sq. ft. 110 sq. ft.

Beads: 5 lbs. 13 oz. 6 lbs. 3 oz.

BASIS OF PAYMENT: Payment for the solid yellow, skip yellow, double yellow, solid white and channelizing white shall be by linear feet for each stripe type. Payment for stop bars, single point arrow, and all lettered markings will be based on each stencil.

Payment will be based on linear feet (including glass beads and pavement cleaning). Traffic Control will not be paid for separately and shall be included in the items above.

STANDARDS AND SPECIFICATIONS: Work shall conform to the latest revision of the MUTCD and Standard Specifications for Road and Bridge Construction from the Colorado Department of Transportation. All such devices shall be designed, specified and installed in accordance with these Standards. All surfaces shall be thoroughly cleaned prior to installation of striping and markings.

All necessary Traffic Control will be provided in accordance to the Manual on Uniform Traffic Control Devices (MUTCD). The successful bidder shall provide a copy of the traffic control plan for the engineer’s approval before work can commence. The contractor shall furnish all necessary signs and equipment for proper traffic control while striping is in progress.

The contractor is responsible for all traffic control necessary to assure minimal tracking of vehicles through wet paint. The contractor shall be responsible for any overspray or tracking damage to the road users.

1.  The City requires the selected contractor to procure and maintain policies of insurance, which at a minimum, include the following:

a.  Workers' Compensation insurance with minimum limits of FIVE HUNDRED THOUSAND DOLLARS ($500,000) each accident, FIVE HUNDRED THOUSAND DOLLARS ($500,000) disease - policy limit, and FIVE HUNDRED THOUSAND DOLLARS ($500,000) disease - each employee.

b.  Comprehensive General Liability insurance with minimum combined single limits of ONE MILLION DOLLARS ($1,000,000) each occurrence and ONE MILLION DOLLARS ($1,000,000) aggregate, applicable to all premises and operations, and including coverage for bodily injury, broad form property damage (including completed operations), personal injury (including coverage for contractual and employee acts), blanket contractual, independent contractors, products, and completed operations.

c.  Comprehensive Automobile Liability insurance with minimum combined single limits for bodily injury and property damage of not less than ONE MILLION DOLLARS ($1,000,000) each occurrence and ONE MILLION DOLLARS ($1,000,000) aggregate.

Provide the name of your insurance carrier and indicate your ability to purchase and maintain the coverage amounts stated above.

The policies required above, except for the Workers' Compensation insurance, shall be endorsed to include the City, and its officers and employees, as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the City, its officers, or its employees, shall be excess and not contributory insurance to that provided by the contractor. The additional insured endorsement for the Comprehensive General Liability insurance required above shall not contain any exclusion for bodily injury or property damage arising from completed operations. The contractor shall be solely responsible for any deductible losses under each of the policies required above.

2.  The selected contractor must provide a performance bond in the amount of the bid on the form provided by the City.

3.  Provide a list of any legal proceedings (including lawsuits, arbitration, mediation and/or regulatory proceedings) against your firm or employees of your firm who may be providing services to the City, and the disposition of each proceeding, for the last five years.

4.  Disclose any potential conflicts of interest.

GENERAL TERMS AND CONDITIONS:

1.  The City reserves the right to undertake its own investigation to evaluate a firm. The City shall have the sole discretion to accept or reject any, or all proposals, or to abandon the proposal process. The City may enter into negotiations with any one or more firms and may permit, at its discretion, an amendment or supplement of the firm’s proposal.

2.  All proposals become the property of the City upon receipt and will not be returned. Selection or rejection of the proposal will not affect this right.

3.  The City operates under public disclosure laws as part of normal procedures. Proprietary information must be identified and will be protected as far as legally possible subject to the discretion of the City pursuant to Colorado law.

4.  Failure to conform to the proposal rules, including failure to respond to each item in the Proposal Contents section of this RFP, or to follow the proposal format requested in the RFP, may lead to the rejection of the proposal. The submittal should contain all information necessary to evaluate the proposal.

5.  The successful firm shall not, at any time, permit any individual employed by the City to benefit because of the financial interest in the firm, any affiliate of the successful candidate, or any candidate subcontractor.

6.  The final selection will be based on the City’s evaluation of the submitted proposals.

7.  The selected firm shall be an independent contractor and the City shall be neither liable nor obligated to pay that entity sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment.

8.  The City will expect to enter into a written contract for services with the selected firm, upon terms negotiated between the parties.

9.  Candidates are advised that City contracts may be subject to City Council approval, and will contain provisions required by state law, in the reasonable discretion of the City.

10.  The City may, at its sole and absolute discretion, reject all or parts of any or all Proposals submitted by prospective firms; re-advertise this Request for Proposals; postpone or cancel the review and decision making process for this Request for Proposals; waive any irregularities or technicalities that are not qualified as a requirement for responsiveness in this RFP or in Proposals received in conjunction with this RFP; and/or determine the criteria and process whereby Proposals are evaluated and awarded. No damages shall be recoverable by any challenger as a result of these determinations or decisions by the City; provided, however, that in the event a Court of competent jurisdiction determines that the actions of the City were arbitrary, capricious or void, then said challenger may recover only actual, necessary and reasonable Proposal-preparation costs. No attorney fees or costs associated with the recovery of the Proposal-preparation costs, including costs for litigation against the City, shall be recoverable by any challenger.