SLED Opportunity · INDIANA · CITY OF INDIANAPOLIS

    Waterborne Fast Dry Traffic Line Paint and Glass Beads

    Issued by City of Indianapolis
    cityRFBCity of IndianapolisSol. 252776
    Closed
    STATUS
    Closed
    due May 7, 2026
    PUBLISHED
    Apr 17, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    325510
    AI-classified industry

    AI Summary

    City of Indianapolis seeks bids for waterborne fast dry traffic line paint and glass beads. The contract is a two-year term with delivery to the Department of Public Works. Bids due May 7, 2026. Materials must meet INDOT standards. Vendors may bid on paint, beads, or both.

    Opportunity details

    Solicitation No.
    252776
    Type / RFx
    RFB
    Status
    open
    Level
    city
    Published Date
    April 17, 2026
    Due Date
    May 7, 2026
    NAICS Code
    325510AI guide
    State
    Indiana
    Agency
    City of Indianapolis

    Description

    Buyer

    Kyle Willis

    Buyer Phone

    (317) 327-4641

     

    The City of Indianapolis and Marion County by and through the Purchasing Division Department is seeking Bids for Waterborne Fast Dry Traffic Line Paint and Glass Beads. Bids are due not later than 10:00 am on Thursday, May 7, 2026.

    Background

    If Vendor wishes to return a hard copy bid to Purchasing instead of using the new electronic process. Please do the following steps:

    Go to Downloads tab. Select the Project Documents and Attachments. Click Download Selected Items. A zip file containing the selected items will download to your computer.

     

    Delivery by U.S. Mail or In Person:

     

    City County Purchasing Division

    200 E. Washington Street

    Room 1522

    Indianapolis, IN 46204

     

    Hard copy Bids are opened:

    May 7, 2026, 10:00 a.m. Eastern Time in City County Purchasing Division, Room 1560.

    Bids Only: Bids are to be delivered to room 1522 City/County Building prior to 9:30 a.m. Eastern Time on or before the above due date. However, from 9:31 until 10:00 a.m. Eastern Time, bids will be accepted in room 1560 of the City/County Building.

    Project Details

    • Reference ID: RFB-14DPW-1767
    • Department: Purchasing Division
    • Department Head: David Condon (Administrator)

    Important Dates

    • Questions Due: 2026-04-28T16:00:00.000Z

    Evaluation Criteria

    • Additional Terms

      Vendors may choose to bid only on traffic paint or glass beads.

      Waterborne Fast Dry Traffic Line Paint and Glass Beads Terms (Sections 1 – 4)

       

      1. Standards

      All materials must meet Indiana Department of Transportation Standard Specifications Manual and conform to the Indiana Manual on Uniform Traffic Control Devices.

       

      1. Liquidated Damages

      The Sample Agreement contains specific language concerning the payment of liquidated damages in the event that Contractor fails to perform in accordance with the resulting Agreement.  The rates of liquidated damages established have been determined and are intended as reasonable prospective estimates of the type and amount of actual damages that City may sustain in the event of such failures by Contractor.  Submission of a bid will constitute an unconditional acknowledgment and agreement by the Contractor that such liquidated damages are fair, reasonable, do not and will not constitute a penalty, and that such liquidated damages may be assessed and recovered by City as against the successful Contractor.

       

      1. Changes in Composition or Chemical Formulation

      The Contractor shall immediately contact the City regarding any changes to the composition or chemical formulation of the waterborne traffic paint and fast dry traffic line paint supplied during the contract period.  Any changes that affect specification compliance may, without prejudice to any other right or remedy, result in the elimination of a product from the contract or contract cancellation.  Substitute products meeting specifications and offered at the same price may be allowed upon the written consent of the City, supplying of sample paint to the City for analysis prior to any delivery, and a formal amendment to the contract.  The City shall be the sole judge for acceptance of any substitute product.

       

      1. Product Samples

      Upon notification by the City, Vendor(s) shall submit bid samples at no cost to City to the attention of Traffic Division, Department of Public Works, 1735 South West Street, Indianapolis, Indiana 46225.  Bid samples shall be submitted within five (5) days of notification.  A sample will consist of a four (4) liter can for each item bid.  The four (4) liter sample units shall be part of a larger batch, two hundred (200) liter minimum, made at one time to a single specific formulation in accordance with specifications.

       

      The following information shall be submitted with the bid samples for testing purposes:

       

      1. A completed Material Safety Data Sheet (MSDS).
      2. A Type A certification in accordance with the applicable requirements of Section 916 of the Indiana Department of Transportation (INDOT) Specifications, which includes a certified copy of a laboratory report. Contractor shall list the results of all specified tests listed in the specifications plus the Toxicity Characteristics Leaching Procedure (TCLP) results on the laboratory reports, and certify that the paint has been tested and found to conform, without exception, to the specified requirements.  This certification may derive from testing accomplished in Contractor’s laboratory or in an established and recognized independent testing laboratory.
      3. A notarized certification signed by a person legally empowered to bind the manufacturer stating that the sample tested properly represents the designated batch of paint.

       

      Each bid sample submitted shall be properly labeled as follows:

       

      • Shall state that it is provided for DPW, City of Indianapolis, contract or bid name, and the ITB number;
      • The name and address of Contractor;
      • The name and address of the manufacturer;
      • Batch Number;
      • Color;
      • Manufacturer’s formulation identification;
      • Type of paint;
      • Day, month and year of production; and
      • All health and safety warnings in accordance with 29 CFR 1910.1200 OSHA Hazard Communications Standard, in addition to all required Indiana Department of Transportation (INDOT) shipping markings or labels.

       

      Both the raw materials and the manufacturer’s formulation used to manufacture paint under this agreement shall be the same as those used to manufacture the bid samples.  Any changes in the raw materials or to the paint formulation shall require written approval by the City.

       

      All Contractors are required to be familiar with the methods of sampling, testing, and reporting that are used by the INDOT.  Bids will be accepted based on successful documentation and test results (as obtained from bid samples) that meet specifications.

       

      The City will not be responsible for shipping or related charges for receiving or returning samples.

       

      1. Technical Specifications – Glass Beads

       

      The glass beads furnished for this AGREEMENT shall comply with the current provisions of Section 921.02(e), Pavement Marking Beads, of the Indiana Department of Transportation Standard Specifications. 

       

    • Timeline
      Release Project Date:April 17, 2026
      Question Submission Deadline:April 28, 2026, 12:00pm
      Response Submission Deadline:May 7, 2026, 10:00am

       

    • General Description for Outright Purchase
      1. Vendors are invited to bid unit prices on the outright purchase for Waterborne Fast Dry Traffic Line Paint and Glass Beads to be furnished and delivered to Department of Public Works in Marion County, IN.  Other departments and agencies of the City may also utilize this contract.
      2. A Pre-bid Conference will be held on NO VALUE at NO VALUE Eastern Time at NO VALUE. Vendors will be given the opportunity to ask questions, receive clarification, or simply obtain a greater understanding of the bid prior to submission. It is highly recommended that vendors attend this conference. 
      3. NOTE:  Any related addenda to this bid, including written answers to questions, will be posted on the Procurement Portal at https://procurement.opengov.com/portal/indy. Vendors will be responsible for periodically checking the Procurement Portal for any related addenda up to and including the due date. Vendors must acknowledge addenda with their bid.  Failure to acknowledge the addenda may cause a bid to be determined as non- responsive for review purposes.
    • Immediate Cause for Rejection of Bids
      1. Failure to comply with all instructions or to sign all necessary forms listed in the bid submissions.
      2. Failure to submit a bid surety completely and correctly executed at the time of bid submission in the correct amount (if required).
      3. Failure to correctly and completely execute the non-collusion affidavit.
      4. Failure to comply with any other mandatory bid requirements.
    • General Description for Term Agreement
      1. Vendors are invited to bid unit prices on a term agreement for Waterborne Fast Dry Traffic Line Paint and Glass Beads to be furnished and delivered to Department of Public Works in Marion County, IN. Other departments and agencies of the City may also utilize this contract.
      2. NOTE:  Any related addenda to this bid, including written answers to questions, will be posted on the Procurement Portal at https://procurement.opengov.com/portal/indy. Vendors will be responsible for periodically checking the Procurement Portal for any related addenda up to and including the due date.  Vendors must acknowledge addenda with their bid. Failure to acknowledge the addenda may cause a bid to be determined as non- responsive for review purposes.
    • Summary

      Buyer

      Kyle Willis

      Buyer Phone

      (317) 327-4641

       

      The City of Indianapolis and Marion County by and through the Purchasing Division Department is seeking Bids for Waterborne Fast Dry Traffic Line Paint and Glass Beads. Bids are due not later than 10:00 am on Thursday, May 7, 2026.

    • Bonding Requirements
      1. Bidders may be required to provide with a bid, at time of submission, a bid surety in either a flat dollar amount or percentage of bid, as specified. Acceptable forms of bid surety are as follows:
        1. Bid Bond secured from a bona fide bid surety firm.
        2. A Certified Check (or equivalent) if issued by a financial institution insured by an agency of the United States.
        3. Other Forms of Bid Surety as specified in a particular bid.
          1. All forms of Bid Surety should be made payable to the City of Indianapolis/Marion County. No cash or personal checks accepted. All bid surety will be held until formal award is made by the appropriate governing body and until awarded contractor complies with all terms of the award.
      2. Awarded bidder may be requested to provide a Performance Bond/Payment Bond in either a flat dollar amount or a percentage of the bid as specified, made payable to the City of Indianapolis/Marion County, within ten days after receipt of award letter. Other forms of performance guarantee may be acceptable as specified in a particular bid.
    • Waterborne Traffic Paint and Fast Dry Traffic Line Paint

       

        1. Containers – 250-300 Gallon Tote Tanks – All paint shall be supplied in 250-300-gallon metal/steel or plastic tote tanks.  Specifications shall be as follows:

       

          1. Totes shall be plastic (bird cages) and/or metal/steel bulk containers, INDOT/U.N. approved for shipping and handling of bulk liquids for a minimum 1.6 specific gravity.  Totes must have a certificate of compliance with 49 CFR Part 178.251 or Part 178, Subpart M regarding drop test requirements.  A copy of this certificate along with the tote manufacturer’s literature and specifications for the tote to be supplied for this contract shall be included in the bid package.  The tote shall have a four (4)-way forklift access.  The tote must be capable of being stacked a minimum of two totes high when completely filled with paint.

       

          1. The tote tanks must be lined with a coating suitable to prevent tank degradation by the paint or by agents in the air above the paint.  The lining must not come off of the container or lid as skins.  Tanks shall be of a type, which prevents the paint from skinning during storage.

       

          1. The tote tank shall be molded or contain abrasion resistant capacity markings and a sloped bottom for optimal drainage.  The tote tank shall have a nominal capacity of no larger than three hundred (300) gallons; with a maximum four (4) percent overflow capacity.  The tote tank shall be compatible with INDOT Waterborne or Fast Dry Traffic paint and shall not be supplied with disposable liners. The tote lid will be a screw top with a minimum inside diameter of four hundred eighty (480) mm to accommodate the City’s paint stirring blades, and shall be easily opened by hand.  If any special tool is required for opening the lid, Contractor shall supply the tool to each tote delivery location.  The valve shall be a recessed full port width fifty-one (51) mm bottom drain valve with a fifty-one (51) mm male quick disconnect fitting.  The valve and disconnect may be made of stainless steel, PVC or polypropylene, and shall be leak free.

       

          1. All totes shall be clean and free of any foreign matter or dried paint.  Totes shall be rejected and replaced at Contractor’s expense within seven (7) calendar days if any leaks are detected, if valves and lids fail to work properly, if any debris is found in the tote, or if the forklift access is unusable.

       

          1. Contractor shall be responsible for tote disposal.  Contractor shall pick up the empty totes when full totes arrive.

       

          1. Each container shall have a weather resistant label showing the true mass, gross mass, net mass, equivalent volume, name and address of the manufacturer, batch number, color, manufacturer’s formulation identification, type of paint, day, month and year of production, and all health and safety warnings in accordance with 29 CFR 1910.1200 OSHA Hazard Communications Standard, in addition to all required DOT shipping markings or labels.

       

          1. Paint delivered in unacceptable totes shall be rejected on a tote-by-tote basis, at the discretion of the City.  An unacceptable tote is defined as a tote that does not meet the packaging and label requirements specified herein.  Upon notification of the number of unacceptable totes and their batch numbers, and without prejudice to any other right or remedy, the Contractor shall have seven (7) calendar days to remove the unacceptable totes and replace them with totes meeting specifications herein.

       

          1. The tanks shall remain the property of Contractor and he/she shall be responsible for pick-up of empty tanks after notice from City.  City will exercise normal care in handling but assumes no responsibility for loss or damage to the tanks. City will notify Contractor by faxed, phone, etc. after there are 35 empty tanks and it shall be the responsibility of Contractor to pick up the empty tanks within fourteen (14) calendar days.  At the end of the Agreement, there may be less than 35 empty tote tanks. It shall be the responsibility of Contractor to pick up the remaining empty tanks. 

       

          1. Failure of Contractor to pick up the empty tote tanks within fourteen (14) calendar days of date of notification shall result in a tank storage fee of $5.00 (five dollars) per tote per day for each workday beyond the fourteen (14) calendar day grace period.  This storage fee shall be deducted from any payments due Contractor.

       

        1. Random Sampling

       

          1. All paint ordered from Contractor shall be submitted to grab sample testing for compliance, and the Department of Public Works (DPW) reserves the right to accept or reject specific batch or batches of paint based upon non-specification results of such grab sample test.  The results of the grab samples will prevail over all other tests.  All paint furnished under the contract shall be as identical as possible, with two 50-gallon samples each of white and yellow paint submitted for laboratory and field testing with each paint ordered.  These samples shall be supplied to maintain quality control and will continue to be supplied with each paint order.

       

          1. In the event the traffic paint does not comply with these specifications or is not identical with the original sample submitted, without prejudice to any other right or remedy and at the City’s option, the Contractor will be required to replace all such paint at his own expense, including all handling and transportation charges.

       

        1. Protection

       

          1. Patent Protection - Contractor shall assume all costs arising from the use of patented materials, devices or processes used on, or incorporated in the work and agree to indemnify and save harmless DPW and its duly authorized agents from lawsuits, or actions of any nature for, or on account of, the use of any patented materials, devices or processes.

       

          1. Equipment Protection - Paint Contractor shall be liable for any damages to the paint equipment incurred by the ingredients or chemicals used in the paint and solvents.

       

        1. White and Yellow Waterborne Traffic Paint

       

      NOTE: Sections 31.4 – 31.4.4 are from Indiana Department of Transportation current Specifications.  Section 909.05.

       

        1. General Requirements

       

          1. White and yellow waterborne traffic paints shall consist of an emulsion of pigmented binder that is intended for use on asphalt and concrete pavements for centerline, edgeline, and laneline traffic markings. 

       

          1. When glass spheres/beads are induced into the paint lines, the paint shall provide capillary action in the interstices and voids between the glass beads sufficient to cause the level of paint to raise approximately 2/3 the diameter of the glass beads. 

       

          1. This capillary action shall not cause complete envelopment of the glass beads.  The paint as furnished shall not contain glass beads.  The paint shall be ground to a uniform consistency, and it shall enable satisfactory application by the pressure-spray type of painting equipment.  This painting equipment uses a pressurized bead application method that is designed to apply 4 to 6 in. (100 to 150 mm) reflectorized paint lines at paint temperature up to 150°F (65°C).  The paint shall be capable of being applied at speeds of 10 to 15 mph (15 to 25 km/h).

       

        1. Field Requirements

       

          1. The paint shall not darken under the heating conditions of application, or show appreciable discoloration due to sunlight exposure and aging of the paint lines.  The paint shall be furnished ready for use without thinning, screening or other modifications and shall not settle, cake, curdle, liver, gel or have an excessive change in viscosity in the container during a period of one year after manufacture.  The paint shall be capable of being stirred to a uniform consistency.  The paint shall be able to withstand variations of temperatures when stored outside in the containers as delivered, and in an environment above 40°F (5°C).  All paint furnished under these specifications will be rejected if it contains skins, thickened or jelly like layers, lumps, coarse particles, dirt or other foreign materials, which prevent the proper application of the paint, or produce a non-uniform paint line.

       

          1. All paint which cannot be transferred by pumps on the paint equipment from the shipping containers and through the paint equipment due to excessive clogging of screens, filters or paint guns shall be rejected.

       

          1. The paint shall dry to a no-tracking condition in less than 60 seconds.  The no-tracking condition shall be determined by actual application of the paint on the pavement at a wet film thickness of 15mils (380 micrometers) with glass beads at a rate of 6 lb/gal. (0.7 kg/L).  The paint lines for the determination of no-tracking condition shall be applied with the specialized painting equipment operated so as to have the paint at application temperatures up to 140°F (60°C) at the spray guns. 

       

          1. The maximum no-tracking time shall not be exceeded when the pavement temperature varies from 50 to 120°F (10°C to 50°C), and with all relative humidity conditions providing that the pavement is dry.  The no-tracking time shall be determined by passing over the paint line 60 seconds after the paint application, in a simulated passing maneuver at a constant speed of 30 to 40 mph (50 to 65 km/h) with a passenger car.  A paint line with no visual deposition of the paint to the pavement surface when viewed from a distance of approximately 50ft (15 m) from the point where the vehicle crossed the paint line shall be considered as showing a condition of no-tracking and being in accordance with the requirement.

       

        1. Composition Requirements

       

          1. The exact composition of the waterborne traffic paint shall be left to the discretion of the manufacturer, provided that the finished product is in accordance with all of the specification requirements.

       

          1. The pigment portion of these paints shall be a combination of prime and extender pigments as required to produce either white or yellow waterborne traffic paint in accordance with the color and other requirements of the finished product. The yellow waterborne traffic paint pigment shall contain pigment yellow Color Index Number 65 and/or 74 and/or 75. The white waterborne traffic paint pigment shall contain titanium dioxide in accordance with ASTMD 476. The non-volatile portion of the vehicle shall be composed of a 100% acrylic polymer.

       

          1. The cured film of waterborne traffic paint shall not contain any toxic heavy metals above the limits of the regulatory levels of 40 CFR 261.24 Table 1 or contain any other material which will require characterization as a hazardous waste for the disposal of the dried film.

       

        1. Specification Requirements

       

      Standard Specification Description

      Minimum

      Maximum

      Volume Solids, ASTM D2697, %

      58.0

      --

      Total Solids by mass, ASTM D2369, %

      73.0

      --

      Pigment by mass, ASTM D3723, %

      45.0

      57.0

      Vehicle Solids by mass of the vehicle, %

      44.0

      --

      Viscosity, ASTM D562, Kreb Units

      75

      95

      Weight/volume ASTM D1475, 25°C (kg/L)

      (1.498)

      --

      Weight/volume @ 25°C, variation between manufacturer’s initially approved batch, ASTM D1475, (kg/L)

      --

      0.024

       

      Dry time, ASTM D711, 15 mils wet film thickness airflow of less than 50 cu ft/min , without glass beads

      --

      10 min

       

      Reflectance Factor, Y,C.I.E. illuminant, C, 2° standard observer, ASTM E1349,15mils wet film thickness, air dried a minimum of 16h,%

       

       

             White

      84

      --

             Yellow

      50

      57

      Color, yellow only, x - y C.I.E. Coordinates for the strong limits of F.H.W.A. color chart PR1, 15 mils wet film thickness, air dried a minimum of 16 h, measured on white background, C.I.E. illuminant, C, standard observer, % deviation

      Match the strong limits

      ± 6.00

      Coarse material retained on a No. 30 sieve, ASTM D185, %

       

      0.05

       

      Standard Specification Description

      Minimum

      Maximum

      Bleeding Ratio, Federal Specifications TT-P-1952B, except asphalt saturated felt paper shall be in accordance with ASTM D226, Type 1

      0.97

      --

      Contrast Ratio, ASTM D2805, 10 mils 254 wet film thickness on opacity chart 2A or 2C, air dried a minimum of 16 h

      0.96

      --

      Volatile organic compounds, ASTM D3960,

      from May 1 thru September 30, g/L

      from October 1 thru April 30, g/L

       

      --

       

      --

      1.05

      150

      Abrasion resistance, Federal Specifications TT-P-1952B, L

      190.0

      --

      Freeze-thaw stability, Federal Specification TT-P-1952B, change in consistency, Kreb Units

      --

      10

      Heat stability, Federal Specifications TT-P-1952B, change in consistency, Kreb Units

      --

      10

      Scrub Resistance, ASTM D2486, with abrasive medium and shim’s, cycles

      300

      --

      Water Resistance, Federal Specification, TT-P-1952B

      Film shall not soften, blister, wrinkle or lose adhesion

      Flexibility, Federal Specifications TT-P-1952B

      No cracking or flaking of film

      Infrared Spectrum of the Vehicle, ASTM D3168

      Shall match spectrum of manufacturer’s previously submitted samples

      Dilution test shall be capable of dilution with water at all levels without curdling or precipitation such that wet paint can be cleaned up with water only.

       

       

    • General Conditions / Contractual Clauses
      1. The City of Indianapolis and Marion County are exempt from Local, State and Federal Taxes and will not be responsible for any taxes levied on contractor as a result of a bid award.
      2. All terms contained in this document will become part of the contract between awarded bidder and the City of Indianapolis/Marion County.
      3. This contract may be renewed under the same terms and conditions subject to the approval in compliance with IC 5-22-17-4. The term of the renewed contract may not be longer than the term of the original contract. Any provision for automatic renewal is void.
      4. The City of Indianapolis/Marion County reserve the right to reject any and all bids and to waive any of the terms and conditions and provisions contained in the Request for Bid (RFB) or other documents, or any informality, irregularity, or omission in any bid, and to award to one or more bidders.
      5. Manufacturer and/or model number of equipment being bid must be stated. It is the contractor’s responsibility to show proof that goods being offered are of equal quality to those that were specified. Any exceptions to the specifications must be clearly set forth in the contractor’s bid.
      6. If not bidding a delivered price to point of destination, shipping price must be listed as a separate price on the RFB form.
      7. Upon delivery and/or inspection of ordered goods or upon performance of services, should the ordering agency determine that goods/services do not meet specifications; same will not be accepted and will be returned at the contractor’s expense.
      8. Formal contracts and/or proof of insurability may be required on applicable bids.
      9. The City of Indianapolis /Marion County reserves the right to deny payment to contractors ordering or delivering goods/services without benefit of a verbal or written purchase order number.
      10. The apparent low bidder must submit or have on file form CC-09 which may be obtained from the Office of Minority and Women Business Development (OMWBD). Failure to do so may cause your bid to be rejected. Information pertaining to the OMWBD Program and/or questions should be directed to the OMWBD located in Suite 1260 of the City-County Building, 200 East Washington Street Indianapolis, IN 46204, Telephone (317) 327-5262.
      11. The Contractor agrees to indemnify and hold harmless Marion County Indiana, City of Indianapolis, its officials, agents, officers, and employees for any and all claims, actions, causes of action, judgments, and liens arising out of any negligent act of omission by the Contractor or any of its officers, agents, employees, or subcontractors or any defect in materials or workmanship or any supply, material or mechanism or other product which it or any of its officers, agents, employees, or subcontractors has supplied to the City/County or has used in connection with this agreement. Such indemnity shall include attorney’s fees, costs and other expenses arising therefrom or incurred in connection therewith and shall not be limited by reason of the enumeration of any insurance coverage required herein.
      12. Notwithstanding any other provision of this Agreement, if funds for the continued fulfillment of this Agreement by the City/County are at any time not forthcoming or are insufficient, through failure of any entity to appropriate funds or otherwise, then the City/County shall have the right to terminate this agreement without penalty by giving prior written notice documenting the lack of funds, in which instance, unless otherwise agreed to by the parties, this Agreement shall terminate and become null and void on the last day of the fiscal period for which appropriations were received. The City/County agrees that it will make its best effort to obtain sufficient funds, including but not limited to including in its budget for each fiscal period during the term hereof a request for sufficient funds to meet its obligations hereunder in full. This contract may be terminated by either party at the City’s option, upon 10 days written notice, unless otherwise specified.   
      13. No portion of this Agreement shall be sublet, assigned or otherwise disposed of by the Contractor except with the written consent of the City/County being first obtained. Consent to sublet, assign or otherwise disposed of any portion of this Agreement shall not be construed to relieve the Contractor of any responsibility for the fulfillment of the Agreement.
      14. Unless otherwise specified within the Agreement, this Agreement shall be governed by the laws of the State of Indiana, and by all Municipal Ordinances and codes of the Consolidated City of Indianapolis, as the same shall be in full force and effect upon the date of this Agreement is executed.
      15. Any goods and services provided under this Agreement shall meet or exceed all applicable Occupational Safety and Health Administration Standards.
      16. This Agreement represents the entire and integrated Agreement between the City/County and the Contractor and supersedes all prior negotiations, representations, and/or contracts, either written or oral. This Agreement may be amended only by written instrument signed by both City/County and Contractor and attached hereto as an addendum.
    • Term Contract for Supplies
      1. This request is to establish one or more term contracts. No guaranteed minimum or maximum purchase quantities are either stated or implied.  The quantities listed are estimates only and are based on history or department survey.  The City may purchase more or less than the amounts shown.  All orders shall be on an as needed basis, subject to the availability of funding and budgetary considerations.
      2. The term of the initial contract shall be two years, effective from the date of the execution of this Agreement.
    • Background

      If Vendor wishes to return a hard copy bid to Purchasing instead of using the new electronic process. Please do the following steps:

      Go to Downloads tab. Select the Project Documents and Attachments. Click Download Selected Items. A zip file containing the selected items will download to your computer.

       

      Delivery by U.S. Mail or In Person:

       

      City County Purchasing Division

      200 E. Washington Street

      Room 1522

      Indianapolis, IN 46204

       

      Hard copy Bids are opened:

      May 7, 2026, 10:00 a.m. Eastern Time in City County Purchasing Division, Room 1560.

      Bids Only: Bids are to be delivered to room 1522 City/County Building prior to 9:30 a.m. Eastern Time on or before the above due date. However, from 9:31 until 10:00 a.m. Eastern Time, bids will be accepted in room 1560 of the City/County Building.

    • Waterborne / Fast Dry Traffic Line Paint - Heat Applied, Fast-Dry White and Yellow Traffic Line Paint

       

        1. General Requirements

       

      1. The general requirements specified in 909.01 of the most current Indiana Department of Transportation (INDOT) Specifications, shall apply except as modified herein.

       

      1. White and yellow traffic paint shall be used on pavements for centerlines, lane lines, or as otherwise specified. In addition to its other requirements, when glass beads are applied, it shall be such that it shows capillary action in the interstices and voids existing between the beads sufficient to cause the level of the paint to be raised approximately 2/3 the diameter of the beads to provide anchorage and refraction. The capillary action shall be such that it does not cause complete envelopment. The paint, as furnished, shall contain no glass beads.

       

      1. The paint shall be ground to a uniform consistency, and it shall permit satisfactory application by the pressure spray type of painting machine. This painting equipment is designed to apply reflectorized lines, using a pressurized bead application method, 4 to 6 in. (100 to 150 mm) wide at paint temperature up to 150°F.  The paint shall be capable of being applied under these conditions at speeds of 10 to 15 mph (16 to 24 km/h).

       

      1. The material shall have physical characteristics which permit it to be pumped at a minimum temperature of 40°F (4°C) through pumps from the shipping container into the paint tank on the paint machine, and then by pumps through the paint machine plumbing system to and through the heat exchanger and to the spray gun at the proper pressure and temperature.

       

      The paint shall dry to a no tracking condition in no more than 60 seconds.  The no tracking condition shall be determined by actual application on the pavement at a wet film thickness of 15 mils (380 µm) with with glass beads at a rate of 6 lb/gal. (0.7 kg/L). The paint lines for the determination of no-tracking condition shall be applied with the specialized painting equipment operated so as to have the paint at application temperatures up to 140°F at the spray guns. This maximum no tracking time shall not be exceeded when the pavement temperature varies from 50 to 120°F (2 to 49°C), and with all relative humidity conditions providing that the pavement is dry. The no tracking time shall be determined by passing over the paint line 60 seconds after paint application, in a simulated passing maneuver at a constant speed of 30 to 40 mph (48 to 64 km/h) with a passenger car.  A paint line with no visual deposition of the paint to the pavement surface when viewed from a distance of approximately 50 ft (15 m) from the point where the vehicle crossed the paint line shall be considered as showing no tracking and being in accordance with  the requirement.

       

      B. Specification Requirements

       

      In addition to the above, the paint shall meet the following requirements.

       

      Standard Specification Discription

      Minimum

      Maximum

      Pigment, Federal Standard 141A, Method 4022, percent by weight (mass)

      54

      60

      Titanium Dioxide, ASTM D 476, Types II, III, and IV, white only, lb/gal. (g/L) of paint

      0.8 (96)

      --

      Medium Chrome Yellow, ASTM D 211, Type III, yellow only, lb/gal. (g/L) of paint

      1.2 (144)

      --

      Other pigments may be used, provided the amount of pigment is such that there will be a minimum of 1.04 lb/gal. (0.125 kg/L) of pure lead chromate per gallon of paint.

      Vehicle Solids, percent of vehicle by weight (mass), Federal Standard 141A, Method 4053

      35

      --

      Total Non-Volatiles, Federal Standard 141A, Method 4042, percent by weight (mass)

      72

      --

      Viscosity, @ 77°F (25°C), ASTM D 562, Kreb Units

      80

      100

      C.I.E. illuminant, C, 2° standard observer, ASTM E 1349, percent

       

       

       

             White

      84

      --

             Yellow

      50

      --

      Color, yellow only, x-y C.I.E. coordinates for green limit,  F.H.W.A. color chart of June 1965

      C.I.E. illuminant C, standard observer

      Match the green limit      ± 8%

       

      Contrast Ratio, ASTM D 2805, wet film  15±1 mil (380 ± 25  µm) black – white chart paper, air dried at 16 hours

      0.96

      --

      Uncombined (free) Water, Federal Standard 141A, Method 4081, percent

      --

      1.0

       

       

      C. Technician(s)

      Contractor shall provide at least one (1) experienced technician to be on call throughout the entire term of Agreement at no cost to City.  The technician shall be thoroughly familiar with all chemical and performance aspects of the paint.

       

      D. Formulation Approval

      The manufacturer shall furnish traffic paint formulations in compliance with INDOT specifications.  The paint manufacturer shall become qualified upon meeting the formulation approval requirements in accordance with ITM 606.

       

    • Term Contract for Services
      1. This request is to establish one or more term contracts for Waterborne Fast Dry Traffic Line Paint and Glass Beads. The resulting contract will primarily be used by Department of Public Works. However, other departments and agencies of the City of Indianapolis and Marion County may also utilize the resulting contract under the same pricing, terms, and conditions.  Unless otherwise agreed to, all ordering locations will be within Marion County, IN. The City does not guarantee minimum or maximum amount of services to be purchased under this bid. The scope of services listed is estimated based on the City’s potential need or history and the desire for services. The City may purchase more or less services than the amounts indicated in the bid/quote.  All orders shall be on an as needed basis, subject to the availability of funding and budgetary considerations.
      2. The term of the initial contract shall be two years, effective from the date of the execution of this Agreement.
    • Quantities

      The quantities listed are estimates only and are based on history or department survey.  The City may purchase more or less than the amounts shown.  All orders shall be on an as needed basis, subject to the availability of funding and budgetary considerations.

    • Split Awards

      The City may award a contract to a vendor who submits the overall lowest, responsive, and responsible bid/quote; or it may split the award between two or more vendors, all to the advantage of the City.  For purposes of evaluation, a split between two or more vendors will not be considered to be to the advantage of the City if increased administrative costs offset any projected cost savings realized by splitting the award. 

    • Glass Beads

      The glass beads furnished for this AGREEMENT shall comply with the current provisions of Section 921.02(e), Pavement Marking Beads, of the Indiana Department of Transportation Standard Specifications. 

    • Renewal

      The contract resulting from this bid/quote may be renewed beyond the expiration date by mutual agreement of the parties.  The term of the renewal may not be longer than the term of the original contract.  A renewal shall be by written notice by either party and written acceptance by the other.  All other terms and conditions of the contract shall remain the same as set forth in the resulting agreement.  Terms and conditions may be amended only by written instrument, signed by both the City, and awarded vendor, and attached to the resulting agreement as an amendment.

    • Firm Bids

      All bids received shall be considered valid for not less than ninety (90) days from the date of bid opening.  Pricing shall be firm for the length of the contract, including any renewals.

    • Warranty

      Contractor shall guarantee the Waterborne and or waterborne traffic paint and Fast dry traffic line paint for a period of one (1) year from the date of acceptance.  All items furnished hereunder shall conform to the requirements of this Agreement and shall be free from defects in design materials and workmanship.  Failure of any portion of the products within one (1) year due to improper ingredients, materials or design may, at City’s option, result in a refund to City of the purchase price of that portion that failed, in addition to all other remedies provided by agreement or by law.  If during the warranty period, the products are found to not meet the bid specifications, it will be the manufacturer’s responsibility to make such changes as required to meet the specifications at no cost to the City.

    • Bonds

      There will be no bid bonds or performance bonds required for this contract. 

    • Specifications
      1. The specifications are intended to provide a foundation for open competition for the supply of commodities or services to meet City needs.  Minor and immaterial technical deviations may, at the discretion of the City, be deemed in substantial compliance with the specifications.  However, material variances may render the vendor non-responsive and ineligible for award.
      2. The use of brand names, models, etc. serves to establish the design, performance and level of quality needed and not to restrict competition. (Items that are equal in design, performance and quality will be considered.)  The right to evaluate specification compliance and equality is reserved to the City, and the vendor shall have the burden of proof to demonstrate that any proposed substitutes are equal.  Vendor shall note the manufacturer/model # of any substitutes, or the reference brand(s) will be assumed.
      3. Items that are equal in design, performance and quality will be considered unless the wording "No Substitute"/ "Brand Name Only"/ "No Approved Equals" is indicated. When the description includes the wording "No Substitute"/ "Brand Name Only"/ "No Approved Equals" in addition to the trade name, quotations of price will be accepted only on the trade- named product indicated. All disputes concerning grades and quality of merchandise or work shall be determined by the City.
      4. All exceptions to the specifications and terms shall be noted in detail on the attached Exception Sheet.
    • Delivery

      Unless otherwise agreed to by the requesting location, delivery shall be within ten (10) business days after receipt of a valid order.  All deliveries shall be made Monday through Friday during normal business hours (official holidays excluded) unless other prior arrangements are made.  Vendor shall adhere to any other delivery policies (e.g., notification, etc.) as may be required by the department or agency.  Vendor may not be compensated or reimbursed for goods acquired or services provided prior to the issuance of a valid purchase order.

    • Freight Terms

      The City requests delivered pricing (FOB Destination, Freight Prepaid & Allowed) for this particular contract, and shipping charge should therefore be included in the vendor’s unit price.  Additional charges including, but not limited to, fuel, delivery, residential, Bunker Adjustment Factor (BAF) surcharges will not be allowed.  All items will be shipped and protected in transit per industry standards.

    • No Handling Charges

      If, for any reason, the City rejects items supplied by the vendor, the City shall not be responsible for any shipping and handling, restocking, or similar charges incurred by the vendor.

    • Contract Termination

      The City may terminate the resulting contract for cause or convenience at any time during the term of the contract, without penalty, upon ten (10) calendar day’s written notice to the vendor.  The City shall be the sole judge of the adequacy of the vendor’s performance pursuant to the resulting contract.

    • Proof of Insurance

      At the time of award, vendor may be required to provide proof of insurance showing existing coverage in accordance with the terms and amounts stated in the Sample Agreement, or the terms and amounts of insurance coverage vendor proposes to furnish in lieu of the amounts in the Sample Agreement.  The proof of insurance shall be issued by a financially responsible insurance company authorized to do business in Indiana.

    • Debarment and Suspension
      1. Vendors should be aware that by entering into an agreement with the City, neither they, nor their principals, should be presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from entering into this agreement by any federal agency or by any department, agency, or political subdivision of the State of Indiana.  The term principals, as used in this paragraph, means an officer, director, owner, partner, key employee, or other person with primary management or supervisory responsibilities, or a person who has critical influence on or substantive control over the operations of the vendor’s business.
      2. The awarded vendor shall not have their business name(s) or principal’s name(s) listed on the debarment web site at https://www.sam.gov/SAM/.  A check of this listing will be made by the City.  The City reserves the right to nullify the award of any bid, quote, or request for proposal based on this listing.  It is recommended that vendors check the website listing prior to submitting documents.
      3. Vendor should also be aware of the City’s Policy on Wage Theft and Payroll Fraud.  City will not enter into an agreement with a vendor who, as a result of this policy, has been debarred by the City of Indianapolis.  In addition, any subcontractor who has been listed on the City’s Debarred/Suspended Vendors list will not be allowed to participate in the resultant agreement.  It is the responsibility of each vendor to retain and properly monitor quality subcontractors on City agreements.  Vendor should make an effort to perform reviews of subcontractors through the federal SAM system and through the City’s Debarred/Suspended list.  Both the Wage Theft and Payroll Fraud policy and a list of Debarred/Suspended Vendors may be found at https://www.indy.gov/agency/office-of-finance-and-management-purchasing-division.
    • Accessibility

      Individuals with disabilities or needing special assistance during site visits, scheduled conferences, openings, or any other activities related to a bid, quote or request for proposal should contact the Purchasing Division at (317) 327- 4900 to make arrangements for such assistance.

    • Successors and Assigns

      Vendor binds itself and its partners, successors, executors, administrators and assigns to City and to the partners, successors, executors, administrators and assigns of City, in respect to all covenants of this agreement; except as otherwise provided herein, vendor shall not assign, sublet, or transfer its interest in this agreement without the written consent of City.

    • Bid Expenses

      By submitting a response to this bid/quote, each vendor agrees that all of its related expenses are its sole responsibility, and that the City will not be responsible for any costs whatsoever incurred by the vendor in connection with or resulting from the bid/quote process, including but not limited to costs for preparation/submission of the bid/quote, travel & per diem, attending interviews, providing presentations or product demonstrations.

    • Intent to Purchase

      Although this solicitation and resultant contract may state a specific model or version and an estimated number of items or units to be purchased, it is understood and agreed that the City may purchase additional products and/or services from the contractor including subsequent product releases or replacement products at the original submitted price; provided that these additional items do not materially differ from the original product and represent the same manufacturer and essential functionality.

    • Sample Agreement

      A Sample Agreement, which includes insurance requirements, is available for review at the end of this document. This sample agreement contains the City’s standard terms but may not contain language specific to this purchase.  Any proposed exceptions to this document should be included in detail on the Exception Sheet.

      Insurance Notice

      Please review the insurance requirements carefully. All insurance requirements listed and referenced in this request will be included in the final contract, this includes requirements listed in the sample agreement. A change can be requested during the bidding process, but once the bid is awarded no insurance waivers can be provided. Changes can be requested in the Exceptions Sheet and/or during the question-and-answer portion of the bidding process. A justification for requested changes should be provided, including references to the project scope of work. For construction projects, pleasure ensure you review the insurance requirements in the Article 5 of the City of Indianapolis Standard General Conditions for Construction Contracts.

    • Monitoring

      For management purposes, City agencies or departments may report contract problems to the Purchasing Division by using the City Intranet Contract Monitoring Report.  This program of quality control is to ensure that contractors successfully fulfill their contractual obligations with the City and maintain a positive contractor performance status.

      If requested by the City, a report shall be submitted on all goods and services provided or project milestones. (This may be a one-time, monthly, quarterly or annual report as requested.) The report shall include but not be limited to: The vendor’s name, address, contact information, contract number / description, date and location of services or project details, agency name, purchase order number(s), hours to complete projects and costs associated for services or milestone completed.  These reports should be submitted in a Microsoft Office Program format and mailed to the attention of the Contract Manager at 1522 City-County Building, 200 East Washington Street, Indianapolis, IN  46204.  Reports may also be submitted to the Contract Manager by email to Purchasing@indy.gov.

    • E-Verify Program

      Pursuant to IC 22-5-1.7, all public contracts for services entered into must contain E-Verify provisions.  Any Contractor entering into a service agreement with the City or County shall affirm under penalties of perjury that it is and will remain in compliance with that statute.  This affirmation is part of the digital contract signature process. Additional information can be viewed on the Purchasing Division web site at https://www.indy.gov/activity/find-bid-opportunities.

    • Services or Goods Acquisition by the City
      1. Pursuant to City/County ordinance, contracts not approved by the Office of Corporation Counsel and the City Controller are voidable.  Contractor shall not begin performing services, acquiring, or delivering goods, prior to receipt of a fully executed contract, including the Controller’s signature.
      2. Awarded vendor(s) must have a validly issued purchase order prior to beginning services, acquiring or delivering goods.  The vendor(s) will not be compensated for services rendered or goods secured prior to the issuance, by the Purchasing Division, of a valid purchase order. (Revised Code §141-102)
    • Method of Payment

      Vendor must be willing to accept invoice payments via City/County check, City/County Purchasing Card (Master Card) or Automated Clearing House (ACH) at the City’s sole option and discretion. The City will not be responsible for any card fees or other bank charges incurred by the vendor.

    • Current Agreement

      The City is presently contracted with the following Contractor(s) to provide this service/product.  A scan of the City's written agreement may be viewed online at https://www.indy.gov/activity/city-and-county-contracts and searching for the contract number(s).

      Contract NumberContractor
      21713ENNIS- FLINT, INC.
      21714BART RICHARD WOODWARD CORPORATION
      21715POTTERS INDUSTRIES, LLC
    • Point of Contact

      The Contractor shall provide a point of contact assigned to oversee the resulting contract and to be able to keep the City informed of changes, progress, and to be able to answer any questions The Contractor shall provide name, phone number, email address and any other pertinent contact information for the point of contact.

    Submission Requirements

    • U.S. Manufactured Products Preference Certification (required)

      Please download the below documents, complete, and upload.

    • Bid Acknowledgement Form (required)

      Please download the below documents, complete, and upload.

    • Affidavit of Non-Collusion (required)

      Please download the below documents, complete, and upload.

    • MBE-WBE-VBE-DOBE (required)

      Please download the below documents, complete, and upload.

    • Nepotism (required)

      Please download the below documents, complete, and upload.

    • Escalator Clause (required)

      The quoted price in a contract must be firm for the first year of an Agreement, after which an escalator clause can be invoked when market conditions dictate up to a maximum increase in the bid price of 5% over the term of the Agreement.  Exceptions can be considered only when market conditions dictate a revised escalator for a particular product.  Price increases will be adjusted only to the amount of a cost increase to the vendor and must be supported by written documentation indicating new higher cost adjustments have occurred. The City/County reserves the right to accept or reject all such price adjustments.

      Please indicate if you have read this clause.

    • Catalog Discounts (required)

      Please submit your standard catalog/list pricing and indicate any percentage discounts off list price that will apply to the City.  This pricing may be utilized for any additional items that may be required during the contract.

      Current purchasing laws do not allow the City to enter into a “Cost Plus Percentage of Cost” type contract.  Therefore, the City requests that all parts and materials be provided either at a specified discount from the Manufacturer’s Printed Price List or at actual cost. Proper documentation will be required.

      Percentage Discount off MSRP (list price): _________________%

      Listed in (name of) Manufacturer Catalog: __________________

    • Literature (required)

      Please submit official manufacturer’s literature regarding all items offered with the bid.

    • Warranty (required)

      Unless otherwise indicated in the specifications, the minimum warranty required by the City for the entire unit is one (1) year from the date of acceptance.  (If the manufacturer offers a full or limited warranty that is in excess of one year, the City shall take full advantage.)  The minimum one-year warranty shall cover all parts and labor for defects in materials and workmanship.  Please attach warranty statement(s).

    • Exception Sheet (required)

      Please download the below documents, complete, and upload.

    • Extended Price Sheet
    • If awarded an agreement as a result of the pricing proposed herein, will you extend this pricing to political subdivisions in Indiana (and notify Indianapolis Purchasing division upon initial extension to an additional subdivision)? (required)

      Political subdivisions include cities, towns, school corporations, and county governments.  If you mark YES, you are agreeing that you are willing to extend your proposed pricing to any of these entities if they wish to purchase from any resulting Agreement.

    • Will there be a freight differential required to extend pricing to political subdivisions outside Marion County? (required)
    • Will you agree to provide upon request but not more than quarterly, a report to the City of Indianapolis that would include the names of; (required)
      1. any participating political subdivisions and
      2. item descriptions and quantities purchased per subdivision?
    • The City of Indianapolis DOES NOT accept responsibility for purchase orders issued by other political subdivisions. (required)
    • Is this for an Outright Purchase or Term Contract? (required)
    • Is this for an Outright Purchase without a contract? (required)
    • Is this for goods or services? (required)
    • Goods or Services to be furnished and delivered to _________. (required)

      Example: Agency, Department, Location

    • Will there be a pre-bid conference? (required)
    • Will you be requesting Catalog Discounts? (required)
    • The term of the initial contract shall be __________, effective from the date of the execution of this Agreement. (required)

      Example: _____ (3) years

    • The resulting contract will primarily be used by _______________________. (required)

      Provide agency/department and location

    • Unless otherwise agreed to by the requesting location, delivery shall be within ______ calendar days after receipt of a valid order. (required)

      Example: 30

    • Will you be needing the Escalator Clause? (required)

      "The quoted price in a contract must be firm for the first year of an Agreement, after which an escalator clause can be invoked when market conditions dictate up to a maximum increase in the bid price of 5% over the term of the Agreement.  Exceptions can be considered only when market conditions dictate a revised escalator for a particular product.  Price increases will be adjusted only to the amount of a cost increase to the vendor and must be supported by written documentation indicating new higher cost adjustments have occurred. The City/County reserves the right to accept or reject all such price adjustments."

    Key dates

    1. April 17, 2026Published
    2. May 7, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.