HomeMy WebLinkAboutC2025-111 - 6/17/2025 - Approved s ct�.
SERVICE AGREEMENT NO. 5973
Striping, Pavement Markings, and Signage Maintenance
BNB VOPP{O
1852
THIS Striping, Pavement Markings, and Signage Maintenance Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation ("City") and Highway Barricades and Services, LLC
("Contractor'), effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide Striping, Pavement Markings, and
Signage Maintenance in response to Request for Bid/Proposal No. 5973 ("RFB/RFP"),
which RFB/RFP includes the required scope of work and all specifications and which
RFB/RFP and the Contractor's bid or proposal response, as applicable, are
incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each
were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Striping, Pavement Markings, and Signage
Maintenance ("Services") in accordance with the attached Scope of Work, as
shown in Attachment A, the content of which is incorporated by reference into
this Agreement as if fully set out here in its entirety, and in accordance with Exhibit
2.
2. Term.
(A) The Term of this Agreement is two years beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. The parties may mutually extend the term of this Agreement
for up to two additional one-year periods ("Option Period(s)"), provided, the
parties do so in writing prior to the expiration of the original term or the then-current
Option Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
3. Compensation and Payment. This Agreement is for an amount not to exceed
$1 ,500,000.00, subject to approved extensions and changes. Payment will be
made for Services performed and accepted by the City within 30 days of
acceptance, subject to receipt of an acceptable invoice. All pricing must be
in accordance with the attached Bid/Pricing Schedule, as shown in
Attachment B, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety. Any amount not expended during
the initial term or any option period may, at the City's discretion, be allocated for
use in the next Option Period.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: Curtis Ray
Department: Public Works
Phone: 361-826-3165
Email: CurtisR@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
Service Agreement Standard Form Page 3 of 8
Approved as to Legal Form October 29, 2021
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Curtis Ray
Title: Public Works Infrastructure Manager
Address: 2525 Hygeia Street, Corpus Christi, Texas 78415
Phone: 361-826-3165
Fax: 361-826-1671
IF TO CONTRACTOR:
Highway Barricades and Services, LLC
Attn: Mitra Khan
Title: President
Address: 7775 Leopard Street, Corpus Christi, Texas 78409
Phone: 361-883-6300
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
Fax: 361-883-6301
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City must give the Contractor written
notice of the breach and set out a reasonable opportunity to cure. If the
Contractor has not cured within the cure period, the City may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City may also terminate
this Agreement upon 24 hours written notice to the Contractor for failure to pay or
provide proof of payment of taxes as set out in this Agreement.
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
Service Agreement Standard Form Page 5 of 8
Approved as to Legal Form October 29, 2021
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1 ,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement Standard Form Page 6 of 8
Approved as to Legal Form October 29, 2021
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form October 29, 2021
CONTRACTOR
146
Signature: mat eMa�, -)msns•-)zrnr
Printed Name: Mitra Khan
Title: Presidenr
Date: 05/02/2025
M2025-064 Authorized By
CITY OF CORPUS CHRISTI 6/17/2025
Ser aria�ri�283si�# Rf1SB
Sergio 1l lasanac
Director, Finance & Procurement
Date: 07/01/2025
Attached and Incorporated by Reference: ��b�cca ttr�Yta
Attachment A: Scope of Work wi'), w),nq.nr,rnj)
Attachment B: Bid/Pricing Schedule Rebecca Huerte
Attachment C: Insurance and Bond Requirements City Secretary
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 5973
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
ATTACHMENT A: SCOPE OF WORK
Background Information
The Public Works Department is responsible for the maintenance (installation, removal,
and replacement) of striping and pavement markings (paint and thermoplastic) on City-
maintained streets and parking lots (asphalt and concrete). This includes the ability to
install shadow and contrast striping on concrete streets and maintain and upgrade
artistic crosswalks. The City is seeking bids for these services to ensure safety and
drivability. This will be a "not to exceed" contract and may only issue as many Delivery
Orders as there is funding to cover.
Specification of Services
1. General
All striping, pavement markings and signage work is to be done in accordance
with the City of Corpus Christ Standard Specifications for Construction, Section 0258
Temporary Traffic Controls During Construction. Section 0258 can be found online
at Microsoft Word - ENG-COCC-Std-Construction-Specifications-(2022-03-21).docx.
In addition, all pavement markings and striping shall meet the requirements of the
Texas Manual on Uniform Traffic Control Devices, latest edition (Texas Manual on
Uniform Traffic Control Devices (TMUTCD)) and City standards. Unless otherwise
instructed by the Public Works Project Manager, all striping and pavement
markings shall be placed in the same location and be the same dimensions prior
to start of work.
2. Material and Application Specifications
a. Striping/Pavement Markings/Artistic Crosswalks
All pavement markings (paint and thermoplastic) must conform to City of
Corpus Christ Standard Specifications for Construction, Section 0258. Prior to
commencement of work, the Contractor shall provide the City with
information about the name/type of paint and thermoplastic that will be
utilized, along with MSDS sheets for the selected product. Applications
include, but are not limited to:
• Centerline, edge and lane-line striping.
• Markings for crosswalks, curbs, speed humps, turn lanes, stop and yield
lines, gores, accessible parking spaces and speed reductions.
• Words, symbols, arrows, numbers, letters, object markers, delineators,
raised pavement markers and rumble strips.
• Bicycle lane pavement markings.
• Striping parking lots.
• Artistic crosswalks (maintenance, installation, removal and/or
replacement.
Page 1 of 7
• Downtown Management District curb markings for parking restrictions
and loading zones.
b. Furnishing Labor and Materials
The Contractor shall furnish all labor, materials, equipment, tools (e.g. pickup
trucks, striping trucks, etc.) necessary to perform scheduled and on-call work.
3. Surface Preparation
Before performing striping and pavement marking operations the roadway or
parking lot must be cleared of all dirt, oil, grease, or other debris. It is the
responsibility of the contractor to ensure that the area to be striped is dry and clean
before work begins.
4. Removal of Existing Lines/Markings
Removal of existing thermoplastic or painted markings may be necessary to ensure
the new thermoplastic or painted markings will adhere correctly. Removal shall be
done by water blasting, unless otherwise approved by the Public Works Project
Manager. The method chosen must completely eradicate the marking while not
damaging existing pavement.
5. Right-of-Way Permit/Safety
The Contractor shall conduct striping, pavement marking and signage operations
in a safe manner that causes minimum obstruction and inconvenience to the
public. At least one lane of traffic shall be kept open in each direction, at all times
unless otherwise directed or approved. It is the responsibility of the Contractor to
obtain right-of-way permits, provide a traffic control plan, evidence of insurability
prior to commencement of work in accordance with Municode Chapter 49.
The traffic control plan shall be developed, installed, and maintained by individuals
that are trained and certified in accordance with guidance in the Texas Manual
on Uniform Traffic Control Devices, latest edition (Texas Manual on Uniform Traffic
Control Devices (TMUTCD) and City Municode Section 49-3.
All work carried out by Contractor must be in compliance with all Federal OSHA
Regulations and all applicable city, federal and state regulations. Contractor shall
provide all required equipment, vehicles and personal protective gear required for
field personnel to complete the job safely and correctly.
b. Work Schedule
Contractor is expected to work with the Public Works Project Manager to schedule
striping, pavement marking and signage work. No work shall be performed on this
contract during school zone hours, weekends or on holidays without prior approval
from the Public Works Project Manager. Scheduled work must be completed within
Page 2 of 7
one month of agreed upon work commencement date, unless an extension is
granted by the Public Works Project Manager.
7. Pre-Striping Conference
The Contractor must meet with the Public Works Project Manager prior to the
commencement of work, to discuss scheduled areas for striping, pavement
marking, signage operations, methods and materials to be used, right of way
permits, traffic control needs, scheduling, sweeping/area preparation, and any
other logistical concerns that are relevant to the successful completion of work.
At the pre-striping conference, the Contractor will come prepared with the
following items:
• Proposed schedule for completion of work
• List of materials proposed for use
• Right of Way Permit including proposed traffic control
• Spill recovery plan
The City will provide formats and forms to submit the above information.
8. Damages
The area in which contracted work is being completed shall be protected from
any damage that could result from contractor operations. This mainly included
protecting the pavement and existing markings and ensuring that all work is done
in a neat manner. The contractor must inform the City of any and all damages that
have been caused as a result of their work. The Contractor will be responsible for
repairing, at their expense, any damages that are caused.
9. Annual Schedule and On-Call
Each contract term (annually) will have streets, parking lots and right-of-way areas
that are scheduled for the contractor to complete. The Contractor must be able
to mobilize and respond to City service requests 24 hours a day, 365 days a year,
including holidays.
Scheduled work areas will change each contract term. The City will work with the
Contractor during the pre-striping conference to coordinate work dates and other
logistics. All scheduled work is expected to be completed by September 30 of
each contract term.
In addition to the scheduled areas, the City may add several "on-call" areas for
striping or marking as the need arises. The Contractor shall be prepared to respond
to these requests per a schedule as agreed with the Public Works Project Manager,
but no later than two weeks after assigned, unless weather prevents. The City
estimates that approximately a 90% scheduled work / 10% on-call work split.
Page 3 of 7
10.Interpretation of Specifications and Remedial Action
If a specific detail is omitted within work specifications, the Contractor shall regard
the specifications as meaning that all work must be performed in a good and
workmanlike manner. Work not specifically mentioned in the specifications that is
necessary to provide a complete task according to established "trade standards"
must be included in the job estimate and must conform in strength, quality of
materials, and workmanship to what is usually provided in the trade.
The Contractor shall respond and resolve all deficiencies in performance of this
contract within 7 business days (Monday-Friday) following notification by the City.
The City shall provide notification in writing to the Contractor's designated
manager. If performance deficiencies are not resolved by the Contractor within 7
business days to the City's satisfaction, the City shall have the option of hiring and
paying for an outside Contractor to perform the work and/or terminating the
contract for cause. Costs of hiring an outside Contractor shall be deducted from
monies due to the Contractor. If the contract is terminated for cause, the
Contractor shall be liable for the additional cost of the service during the remaining
term of the Contract.
11.Measurement and Payment
Measurement and payment for all work specified in the Scope of Work will be
made on a unit price basis. Pavement marking work is to be paid on a per foot
basis for linear markings, such as crosswalks and stop bars, and on a per each basis
for non-linear markings, such as lane use words and arrows. The method of
measurement shall be approved by the Public Works Department prior to
commencing work as follows:
a. The method of measurement for installation and removal of striping
shall be per lineal foot (LF) along the line of striping without deductions
for gaps.
b. For striping details that require multiple lines, the total length will count
as a lineal foot of striping.
c. For striping details that contain a mix of striping and reflectors, the cost
to remove reflectors shall be included in the removal.
d. Each (EA) will measure the method of measurement for installing and
removing words, symbols, arrows, numbers, letters, object markers,
and delineators.
e. Areas unpainted between broken lines are not to be included in areas
measured for payment.
f. Payment for services rendered under this contract shall be made to
the Contractor on either a per-task or per-month basis, as selected by
the Contractor. Payment shall be made for actual services only.
g. The Contractor shall coordinate with the Public Works Department to
establish initial unit rates as part of a fee schedule to be used for the
Page 4 of 7
term of the contract. Unit rates for additional items added during the
term of the contract shall be finalized prior to commencing work.
h. Unit rates shall include standard items for pavement markings, striping,
signs, and assemblies, as outlined in the Bid Form, installed during the
contract's term.
i. The unit rates paid per lineal foot, each, or other approved unit shall
include full compensation for furnishing all labor, materials, tools,
equipment and incidentals, and for doing all the work involved in
installing signs, paint and thermoplastic striping and pavement
markings.
j. All invoices for payment must describe the task order, location, date
work was completed, equipment, materials, rates, quantities and
nature of work performed. Invoices for materials used must be
submitted prior to payment of items. No compensation will be made
to the Contractor for any time, equipment, or materials other than as
stated below:
• Labor rates, for time (Hours) spent performing maintenance
(including diagnosis.
• Materials and quantities used in performing requested service.
• Equipment used to perform service.
k. Work and services deemed by the City of Corpus Christi to be
defective or faulty, whether the result of poor workmanship, use of
improper or defective materials, damage through improper use or
placement, or any other cause, will neither be accepted nor shall
payment be made. Payment for faulty or defective work will be
withheld until the work has been removed, re-executed and
corrected in a manner satisfactory to the City of Corpus Christi.
I. Traffic control costs are to be factored into the per foot price for
striping work.
12.City Inspection and Approval
Prior to releasing payment for work completed under this contract, the Public Works
Project Manager will inspect the work for any omissions or deficiencies in work. Any
corrections or remedial work must be completed by Contractor before payment is
released.
13.Response and Service
The Contractor is required to provide a "Call List" which shall specify contact
information including a primary and secondary telephone number where the
Contractor can be reached 24 hours per day (working hours, after hours,
weekends, and holidays). These contacts must always be on-call in the event of
an emergency and be made available to the City of Corpus Christi Emergency
Page 5 of 7
Dispatch. Other telephone numbers provided shall indicate the hours of the day
and days of the week for which the number can be used. The Call List shall be
updated monthly.
l . An email address for transmitting documents shall be owned and operated
by the Contractor.
2. A designated representative of the City of Corpus Christi shall notify the
Contractor of a task order by phone, email, or other written communication
of the need for preventative and routine maintenance, on-call support,
inspection (routine and emergency), and/or emergency maintenance
services.
3. The Contractor shall provide all personnel, material and equipment required
for services requested.
4. The Contractor shall respond and perform maintenance services in
accordance with response timeframes specified below:
a. When the initial notification is sent by City staff to the Contractor for
scheduled work then the response time to acknowledge and respond
to the City regarding requested services outlined in the notification shall
not exceed two full City business days. The Contractor shall conduct
work in the timeframe outlined in the approved task order.
b. When the notification is sent by City staff to the Contractor for on-call
services then the response time to acknowledge the notification shall
not exceed 30 minutes. The response time to provide services shall be
coordinated with the Department of Public Works within the same 30
minute timeframe. The Contractor shall dispatch required personnel,
material, and equipment to correct the situation immediately as
requested by the City.
c. The Contractor shall complete work in the timeframe identified in the
approved task order.
d. If the response time or mobilization exceeds the timeframe for on-call
services coordinated with the Department of Public Works, the City staff
reserves the right to have the task order completed by another
company at the sole expense of the Contractor.
5. Response and service completion times shall be subject to adjustment for
natural events, inclement weather, material delays, or other unforeseen
circumstances. Inclement weather shall be defined as when the degree of
rain, storms, high winds, or other natural occurrences would result in unsafe
work conditions to either start or continue work. Contractor will not be required
to perform outside work during inclement weather unless such work is
necessary to protect life or property.
6. Non-response to City requests or services provided after the requested
completion date may void the Contract.
Page 6 of 7
7. Some types of maintenance may require extensive repairs or delays to
account for the delivery of equipment and materials. In this event, the
Contractor shall coordinate with the Department of Public Works and obtain
approval on the repair schedule so that repairs can be performed as soon as
reasonably possible.
Page 7 of 7
ATTACHMENT B: BID/PRICING SCHEDULE Revised March 18, 2025
®.bus e.��
CITY OF CORPUS CHRISTI
H !i CONTRACTS AND PROCUREMENT
v BID FORM
z
' DRP RASf
zs� RFB NO. 5973
STRIPING, PAVEMENT MARKINGS, AND SIGNAGE
MAINTENANCE
PAGE 1 OF 3
Date: 03.31 .25
Highway Barricades and Services, LLC Authorized
Bidder: Signature:
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
e. Bidders must provide a response for each line item.
Revised March 18, 2025
PAGE 2 OF 3
PAVEMENT MARKING AND STRIPING
ITEM# DESCRIPTION UNIT UNIT PRICE
1 4" Broken White - Paint LF $.42
2 4" Broken White-Thermoplastic LF $.58
3 4" Broken Yellow - Paint LF $•42
4 4" Broken Yellow-Thermoplastic LF $.58
5 4" Solid White- Paint LF $.42
6 4" Solid White - Thermoplastic LF $.58
7 4" Solid Yellow- Paint LF $.42
8 4" Solid Yellow - Thermoplastic LF $•58
9 4" Broken Black (Shadow)-Thermoplastic LF $1 .00
10 4" Broken Black (Contrast)-Thermoplastic LF $8.00
11 6" Solid Black -Thermoplastic LF $3.50
12 8" Solid White - Paint LF $.80
13 8" Solid White -Thermoplastic LF $1 .20
14 12" Yellow or White - Paint LF $1.60
15 12" Yellow or White -Thermoplastic LF $8.00
16 16" White - Paint LF $2.20
17 16" White - Thermoplastic LF $12.00
18 24" White - Paint LF $4.00
19 24" White -Thermoplastic LF $16.00
20 Install Pavement Marker TY I-C LF $6.00
21 Install Pavement Marker TY II-A-A LF $6.00
22 Install Pavement Marker TY II-C-R LF $6.00
23 Arrows, Words, Symbols -Paint EA $100.00
24 Arrows, Words, Symbols -Thermoplastic EA $285.00
25 Artistic Crosswalk- Maintenance EA $2,400.00
26 Artistic Crosswalk- Installation (New) SF $42.00
27 Artistic Crosswalk- Remove and Replace SF $92.00
28 Remove Raised Pavement Markers EA $2.00
29 Remove Striping and Pavement Markings LF $3.00
30 Install Rumble Strips EA $450.00
Revised March 18, 2025
PAGE 3 OF 3
SIGNS, OBJECT MARKERS, AND ASSEMBLIES
ITEM# DESCRIPTION UNIT UNIT PRICE
31 Small Roadside Sign-Support & Assembly EA $550.00
TYS40 (1 ) SA(P)
32 Small Roadside Sign-Support & Assembly EA $650.00
TYS40 (1) SA(P-BM)
33 Small Roadside Sign-Support & Assembly EA $650.00
TYS40 (1) SA(T)
34 Small Roadside Sign-Support & Assembly EA $725.00
TYS40 (1) SA(U)
35 Small Roadside Sign-Support & Assembly EA $950.00
TYS40 (1) SA(U-2EXT)
36 Remove Small Roadside Sign-Support & EA $65.00
Assembly
37 Install Object Markers Assembly EA $125.00
38 Aluminum Signs (TY A) EA $165.00
39 Aluminum Signs (TY G) EA $950.00
40 Replace Aluminum Signs (TY A) EA $165.00
41 Replace Aluminum Signs (TY G) EA $950.00
42 Install Delineator Assembly EA $125.00
43 Install Object Marker Assembly EA $125.00
44 Install Roadside Flashing Beacon Assembly EA $8,000.00
(Solar-Powered)
45 Remove Roadside Flashing Beacon EA $1,200.00
Assembly (Solar-Powered)
46 Install Roadside Flashing Beacon Assembly EA $14,500.00
47 Remove Roadside Flashing Beacon EA $1 ,800.00
Assembly
TWO YEAR CONTRACT AMOUNT NOT TO EXCEED $1,500,000.00
ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance
required has been obtained and such insurance has been approved by the City.
Contractor must not allow any subcontractor Agency to commence work until all
similar insurance required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 )
copy of Certificates of Insurance (COI) with applicable policy endorsements
showing the following minimum coverage by an insurance company(s)
acceptable to the City's Risk Manager. The City must be listed as an additional
insured on the General liability and Auto Liability policies by endorsement, and a
waiver of subrogation is required on all applicable policies. Endorsements must be
provided with COI. Project name and or number must be listed in Description Box
of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
Commercial General Liability Including: $1 ,000,000 Per Occurrence
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000
C. In the event of accidents of any kind related to this agreement, Contractor must
furnish the Risk Manager with copies of all reports of any accidents within 10 days
of the accident.
Page 1 of 3
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written
on a policy and endorsements approved by the Texas Department of Insurance.
The workers' compensation coverage provided must be in an amount sufficient to
assure that all workers' compensation obligations incurred by the Contractor will
be promptly met.
B. Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written on an occurrence basis, by companies authorized and admitted
to do business in the State of Texas and with an A.M. Best's rating of no less than A-
VII.
C. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All
notices under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, volunteers, and elected
representatives as additional insured by endorsement, as respects operations,
completed operation and activities of, or on behalf of, the named insured
performed under contract with the City, with the exception of the workers'
compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the
City of Corpus Christi where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
• Provide 30 calendar days advance written notice directly to City of any,
cancellation, non-renewal, material change or termination in coverage and not
less than 10 calendar days advance written notice for nonpayment of premium.
Page 2 of 3
E. Within 5 calendar days of a cancellation, non-renewal, material change or
termination of coverage, Contractor shall provide a replacement Certificate of
Insurance and applicable endorsements to City. City shall have the option to
suspend Contractor's performance should there be a lapse in coverage at any
time during this contract. Failure to provide and to maintain the required insurance
shall constitute a material breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to
provide and maintain any insurance or policy endorsements to the extent and
within the time herein required, the City shall have the right to order Contractor to
remove the exhibit hereunder, and/or withhold any payment(s) if any, which
become due to Contractor hereunder until Contractor demonstrates compliance
with the requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to
which Contractor may be held responsible for payments of damages to persons or
property resulting from Contractor's or its subcontractor's performance of the work
covered under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary and non-
contributory with respect to any insurance or self insurance carried by the City of
Corpus Christi for liability arising out of operations under this agreement.
I. It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this agreement.
No Bonds are required for this Service Agreement.
2025 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
O1/01/2025 Risk Management - Legal Dept.
Page 3 of 3
ATTACHMENT D: WARRANTY REQUIREMENTS
No warranty is required for this Service Agreement.
Page 1 of 1