Loading...
SR-07-14-2015-3G - 205-003/506-003-01ID AOM City Council Report City of Santa Monica' City Council Regular Meeting: July 14, 2015 Agenda Item: 3 -C-4 To: Mayor and City Council From: Martin Pastucha, Director, Public Works, Street & Fleet Services Subject: Award Contract for Crosswalk Renewal Program Recommended Action Staff recommends that the City Council: 1. Award Bid #4200 to Superior Pavement Markings, Inc., a California -based company, for crosswalk striping services. 2. Authorize the City Manager to negotiate and execute a contractual service agreement with Superior Pavement Markings, Inc. for crosswalk striping services in an amount not to exceed $297,000. 3. Approve a change order to purchase order #367308 in the amount of $53,000 with Flint Trading, Inc., a North Carolina -based company, for the purchase and delivery of pre- formed thermoplastic material. This would result in a revised purchase order total not to exceed $180,853 over three years. 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 for drivers and pedestrians. The Crosswalk Renewal Program works to upgrade all city crosswalks in poor condition to a safe and uniform standard. Staff recommends a contract with Superior Pavement Markings, Inc. to provide crosswalk striping services in FY 2015 -16 in an amount not to exceed $297,000. Additionally, 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 $53,000 in FY 2015 -16, for a three -year amended total not to exceed $180,853. The purchase orders issued to Flint Trading in FY 2013 -14 and FY 2014 -15 were under the amount requiring Council authority. Discussion The Crosswalk Renewal Program is entering its fourth phase of a five -year program, with 163 crosswalk segments planned for restriping in FY 2015 -16. Crosswalks are a key element of the City's Pedestrian Circulation Plan. Periodic restriping of crosswalks 1 of 4 is necessary to ensure the crosswalk markings are delineated and visible for drivers, cyclists 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. 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 April 2015, the City published Notices Inviting Bids to furnish and deliver crosswalk striping services as required by the Street and Fleet Services Division responsible for the maintenance and repair of public right -of -ways. 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. A total of 180 vendors were notified; 22 vendors downloaded the bid. Four bids were received and publicly opened on May 13, 2015 per Attachment A. Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, capacity and skill, ability to deliver and provide future maintenance or service, and compliance with City scope of work. Superior Pavement Markings was the lowest bidder according to initial project estimates for planned intersections and meets the qualifications desired by Street & Fleet Services. Staff contacted references for crosswalk striping and removal projects at the Cities of Murrieta, Ontario and Costa Mesa. Reference agencies reported that Superior Pavement Markings has been the primary contractor for general maintenance and installation of the city lane lines, legends, crosswalk and Premark installation. Reference agencies reported that they were satisfied with Superior Pavement Markings' quality of work and that projects were completed in a timely and cost - efficient manner. 2 of 4 Additionally, Superior Pavement Markings was a subcontractor for green bike lane installations in the City. Civil Engineering staff reported that they were satisfied with the company. Staff also verified with the Contractors State License Board that Superior Pavement Markings' license is current, active and in good standing. Based on these criteria, Superior Pavement Markings, Inc., the lowest bidder is recommended as the best bidder for the crosswalk removal and installation of crosswalks in an amount not to exceed $297,000 in accordance with City scope of work. Vendor Selection - Materials Staff recommends that City Council approve a change order to purchase order #367308 in the amount of $53,000 with Flint Trading Inc. to furnish and deliver pre- formed thermoplastic for a total purchase order of $180,853. During FY 2012 -13, a sole source request was submitted for Flint Trading, Inc. for the selection of pre- formed thermoplastic material. This selection meets the provisions of SMMC 2.24.080 (d), exceptions to competitive bidding, as Flint Trading Inc. is the sole manufacturer of Flint PreMark® thermoplastic, the only pre- formed thermoplastic product on the Caltrans pre - qualified and tested materials list that does not require pre- heating of concrete surface prior to application. Pre - formed thermoplastic material has proven to last longer than conventional thermoplastic at comparable concrete intersections. Staff plans to use PreMark® material to restripe nine intersections during FY 2015 -16. Additionally, this selection meets the provisions of SMMC 2.24.080 (b), exceptions to competitive bidding, as competitive bid procedures have already been utilized. 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 use 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. Financial Impacts & Budget Actions 3 of 4 The contract to be awarded to Superior Pavement Markings, Inc. is for an amount not to exceed $297,000 for one year. Funds are available in the FY 2015 -16 Capital Improvement Program budget in account M047070.589000. The purchase order modification to be awarded to Flint Trading, Inc. is $53,000 for one year. Funds are available in the FY 2015 -16 Capital Improvement Program budget in account M047070.589000. Prepared By: Kori Jones, Administrative Analyst Approved Forwarded to Council Martin Pastucha, Director 7/2/2015 Attachments: Elaine M Polachek, Asst. City Manager 7/6/2015 A. Bid #4200 Results - Crosswalk Striping (XLSX) 4 of 4 N m ti m e u ry N N N m o b 3 z z E E m a n E � LL N n - y o b a a 3 e ry a °n � ry m ry N N m On a v d O N a✓ o0 v a O Z i a O ° i z° z p N a " 4 a a s � m f O O V - ° S R �r a O N N N C a o bm v saa t. �b z v v a E co E nv � i 9J. Z o 02 Z 2 Z tj O O C V a V 0 Z O m a - G o 3 m 0 ° a z = n ° a`- i o Ya g o o _ o 0 d� ° 'o o BLS ° 3 °o w r o o w rc ao ° z zn rco z °� a z w m w n 3 z J S no o G E ¢z i o 0 5 0 o z a ¢° a z> Fz N o� o za o 0 0 0 w 0.o h ° 0� rc 0 o o z o ? o o z m az F o 6 o z z o o z s wz z < u< No H z z _ a m°° n o a Reference: Agreement No. 10094 (CCS)