Loading...
SR-09-10-2013-3C - 506-001-03-01Yo i CouncilReport CitSanta Monica City Council Meeting: September 10, 2013 �7 Agenda Item: To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Crosswalk Striping Materials and Installation Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a contract with Super Seal and Stripe, a California-based company, in an amount not to exceed $455,000 to continue crosswalk striping services at the same prices under Bid #F4034. 2. Award a sole source purchase order for the purchase of pre -formed thermoplastic materials to Flint Trading, Inc., a North Carolina -based company, in the amount of $105,600. This will result in a two year total purchase order amount not to exceed $193,000. Executive Summary Crosswalks are a key element of the City's Pedestrian Circulation plan. Periodic restriping of crosswalks is necessary to ensure the traffic markings are visible. On December 11, 2012, Council awarded Bid #F4034 to Super Seal and Stripe to provide crosswalk striping services for FY2012-13. Staff recommends a contract with Super Seal and Stripe to continue to provide crosswalk striping services in FY2013-14 in an amount not to exceed $455,000; and a sole source purchase order to Flint Trading, Inc., to provide pre -formed thermoplastic crosswalk materials in an amount not to exceed $105,600. Background On December 11, 2012, Council awarded Bid #F4034 to Super Seal and Stripe to install crosswalk striping at various locations throughout the City. The striping was done according to a plan to restripe concrete crosswalks using pre -formed thermoplastic, while restriping asphalt crosswalks with conventional thermoplastic. Although pre- formed thermoplastic commands a price premium of approximately 30% over conventional thermoplastic solutions, this approach improves results and durability while conserving funds, as conventional thermoplastic fails at an accelerated rate on concrete 1 surfaces, but performs well on asphalt surfaces. Flint Trading, Inc. provided the pre- formed thermoplastic for the project in FY2012-13. Discussion Crosswalks are a key element of the City's Pedestrian Circulation plan. Periodic restriping of crosswalks is necessary•to ensure the crosswalk markings are delineated and visible. Periodic maintenance can extend the life of a crosswalk, but excessive wear and tear requires a complete restriping of the crosswalk. This work involves the shutdown or alteration of traffic patterns at busy intersections, as well as the grinding and removal of remaining markings, surface preparation, and the installation of new striping materials. The Street and Fleet Services Division requires a vendor that can provide such services on a large scale. Due to traffic management needs, this work must be conducted outside of normal operating hours and with a potentially larger and more specialized staff. Contractor Selection In August 2012, the City published Notices Inviting Bids to provide crosswalk striping services. The bid was posted on the City's on-line bidding site and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. Four bids were received and publicly opened on October 4, 2012. The bids were evaluated based on price, references, experience, and quality of services. Super Seal and Stripe was the lowest bidder and provided the specified product. Based upon these criteria, Super Seal and Stripe was recommended as the best bidder to provide crosswalk striping services in accordance with City specifications. On December 11, 2012, Council awarded Bid #F4034 to Super Seal and Stripe for crosswalk striping services during FY2012/13. Super Seal and Stripe installed new crosswalk markings at 50 intersections throughout the City. Work was completed in a timely and cost-effective manner while maintaining consistent quality. Pa Super Seal and Stripe has agreed to honor the same price, terms, and conditions of bid #F4034 for the current fiscal year. This would allow for a continuation of the installation of crosswalk markings at approximately 83 intersections in FY2013-14. Staff verified with the California Contractors State License Board that Super Seal and Stripe's license is current, active, and in good standing. Staff believes it is in the best interest of the City to negotiate and execute a contract with Super Seal and Stripe to undertake the second year of the crosswalk rehabilitation project at the same cost as the previous bid. Sole Source Pre -formed thermoplastic material has proven to last longer than conventional thermoplastic at comparable concrete intersections. During FY2012/13 a sole source purchase order was issued to Flint Trading, Inc. in the amount of $87,400 for pre- formed thermoplastic materials. This purchase meets the provisions of SMMC 2.24.080, exceptions to competitive bidding, as Flint Trading, Inc. is the sole manufacturer of Flint PreMark® thermoplastic, which is the only pre -formed thermoplastic product on the Caltrans pre -qualified and tested materials list that doesn't require pre -heating the concrete surface prior to application. Additionally, the City of Los Angeles competitively bid and awarded Contract No. 59334 in December 2011 to Flint Trading, Inc., to supply pre -formed thermoplastic markings. This contract allows other government entities to utilize the same price, terms, and conditions of the contract, resulting in a 50% savings from current list price. Flint Trading, Inc. will provide the material to the City at the same cost provided in the City of Los Angeles Contract No. 59344. 3 Financial Impacts & Budget Actions The contract to be awarded to Super Seal and Stripe is for an amount not to exceed $455,000. Funds are available in the FY2013-14 Capital Improvement Program budget. The contract will be charged to the following accounts: M017070.589000 $429,000 M010152.589000 26,000 TOTAL $455,000 The contract to be awarded to Flint Trading, Inc. is for an amount not to exceed $105,600. Funds are available in the FY2013-14 Capital Improvement Program budget in account M017070.589000. Prepared by: Thomas Bullers, Administrative Analyst Approved: Martin Pastucha Director of Public Works 11 Forwarded to Council: Rod Gould City Manager Reference: Contract No. 9796 (CCS)