Loading...
SR-01-13-2015-3H - 506-003-04-01City Council Meeting: January 13, 2015 Agenda Item: ,3-H 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. Award Bid #4171 to provide crosswalk striping services to PCI, a California - based company, in an amount not to exceed $280,000. 2. Authorize the City Manager to negotiate and execute a contract with PCI, a California -based company, in an amount not to exceed $280,000 for crosswalk striping services in FY 2014 -15. 3. Approve a change order to purchase order #367308 in the amount of $22,310 with Flint Trading, Inc., a North Carolina -based company, for the purchase of pre- formed thermoplastic materials in FY2014 -15. This would result in a revised purchase order total not to exceed $215,310 over a three -year period. 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. The Crosswalk Renewal Program works to upgrade all city crosswalks in poor condition to a safe and uniform standard. Staff recommends a contract with PCI to provide crosswalk striping services in FY 2014 -15 in an amount not to exceed $280,000; and a change order to purchase order #367308 to Flint Trading, Inc., to provide pre- formed thermoplastic crosswalk materials in an amount not to exceed $22,310 in FY 2014 -15, for a three -year amended total not to exceed $215,310. Background The Crosswalk Renewal Program is entering its third phase of a five -year program, with 152 crosswalk segments planned for restriping in FY 2014 -15. Materials used include conventional thermoplastic to restripe asphalt crosswalks, while concrete crosswalks are restriped with pre- formed thermoplastic. Pre - formed thermoplastic is a relatively new material that has been proven to last longer than conventional thermoplastic at comparable concrete intersections. Flint Trading, Inc. has been the City's sole- source 1 provider of Premark Pre - formed Thermoplastic since 2011 utilizing pricing from City of Los Angeles Contract No. 59334. Discussion Crosswalks are a key element of the City's Pedestrian Circulation plan. Periodic restriping of crosswalk is necessary to ensure the crosswalk markings are delineated and visible for drivers and pedestrians. Periodic maintenance extends the life of a crosswalk, but excessive wear and tear requires a complete renovation 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 Crosswalk Renewal Program requires a vendor that can provide such services at 152 crosswalk locations. Due to traffic management needs, some of this work must be conducted outside of normal operating hours and with a potentially larger and more specialized staff. Residents and business owners are given advance notice via mail and posted signage as well as weekly communication on the City's "Know Before You Go" (aka KBUG) website. Contractor Selection In November 2014, 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. Five bids were received and publicly opened on December 1, 2014. Bids were evaluated on price, references, experience, and quality of services. PCI was the lowest bidder according to project estimates for planned intersections. PCI has provided striping application services to the City at the intersection of 4t" St. and Colorado Ave with positive results. External references recommend PCI for their ability to complete work within contracted timeframes and for their professional service. Staff verified with the Contractors State License Board that PCI's license is current, active, and in good standing. Based upon these criteria, PCI is 2 recommended as the best bidder to provide crosswalk removal and restriping services in accordance with City specifications. Vendor Selection — Materials On September 10 2013, Council awarded a sole source purchase order for the purchase of pre- formed thermoplastic materials to Flint Trading, Inc. in the amount of $105,600, resulting in a two -year purchase order amount not to exceed $193,000. Pre- formed thermoplastic material has proven to last longer than conventional thermoplastic at comparable concrete intersections. In FY 2012 -13 and FY 2013 -14, the City issued Flint Trading, Inc. purchase orders in the amount of $87,400 and $105,600, respectively, for pre- formed thermoplastic materials. In FY2014 -15, there are only six concrete intersections that would be restriped with pre- formed thermoplastic material, which is the reason less product would be purchased than in prior years. This purchase meets the provisions of SMMC 2.24.080, exceptions to competitive bidding, as Flint Trading, Inc. is the sole manufacturer of Flint PreMare thermoplastic, which is the only pre- formed thermoplastic product on the Caltrans prequalified and tested materials list that does not 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. would provide the material to the City at the same cost provided in the City of Los Angeles Contract No. 59334. Staff recommends a change order to purchase order #367308 with Flint Trading, Inc., to provide pre- formed thermoplastic crosswalk materials in an amount not to exceed $22,310 in FY2014 -15, for a three -year amended total not to exceed $215,310. 3 Financial Impacts & Budget Actions The contract to be awarded to PCI is for an amount not to exceed $280,000. Funds are available in the FY 2014 -15 Capital Improvement Program budget in account M047070.589000. The purchase order modification to be awarded to Flint Trading, Inc. is for an amount not to exceed $22,310, for an amended purchase order total not to exceed $215,310. Funds are available in the FY 2014 -15 Capital Improvement Program budget in account M047070.589000. Prepared by: Kori Jones, Administrative Analyst Approved: 2a Pas ucha Director of Public Works Attachment: A — Bid Summary Forwarded to Council: Rod Gould City Manager t R w E \E }�\ E \ ! § !]{\)f !! ;I!!! El El /2 } 7 7 \ \ a E E {E a ! } \) / \ §( [ ) §) ® (j §)/ / ! } - _ _ :��ur:, :; §} )§ %)\ \ \ }( \ 22� °2 / \]( `° \ §` / §§ !: «22,8 \)§ " !^ !!_ §§ . \( \\((( \} \\ )( /( \ \ }))() §\\ \)