Loading...
SR 06-13-2017 3B Ci ty Council Report City Council Mee ting : June 13, 2017 Agenda Item: 3.B 1 of 3 To: Mayor and City Council From: Susan Cline, Director , Public Works, Street & Fleet Services Subject: Award Contract for Crosswalk Re -striping Services Recommended Action Staff recommends that the City Council: 1. Award Bid #4260 to Chrisp Company, a C alifornia -based company , for removal and restriping of City pedestrian crosswalks; 2. Authorize the City Manager to negotiate and execute an agreement with Chrisp Company, in an amount not to exceed $170,000 for one year, with four additional one -year rene wal options in the amount of $95,000, on the same terms and conditions for a total amount not to exceed $550,000 over a five -year period, with future year funding contingent on Council budget approval. Executive Summary Crosswalks are a key element of th e City’s Pedestrian Circulation Plan and Vision Zero standard , which seeks to el iminate traffic fatalities and serious injury over the next ten years . Periodic re -striping of crosswalks is necessary to ensure the traffic markings are visible for drivers an d pedestrians. The Crosswalk Renewal Program upgrades City crosswalks in poor condition to a safe and uniform standard. Staff recommends a contract with Chrisp Company to provide crosswalk striping services in an amount not to exceed $170,000 in the first year , with four additional one -year renewal options of $95,000 each, for a total amount not to exceed $550,000 over five years. Discussion Crosswalks are a key element of the City’s Pedestrian Circulation Plan and Vision Zero standard , which seeks to e liminate traffic fatalities and serious injury over the next ten years . Periodic re -striping of crosswalks is necessary to ensure the crosswalk markings are delineated and visible for drivers, cyclists, and pedestrians. Periodic maintenance extends the lif e 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 prepa ration, and the installation of new striping materials. Due to traffic management needs, some of this work must be conducted outside of normal 2 of 3 operating hours, and with a potentially larger and more specialized staff. Residents and business owners are give n advanced notice via mail and posted signage, as well as weekly communication on the City’s “Know Before You Go” (aka KBUG) website. The Crosswalk Renewal Program was established to replace worn pedestrian crosswalks with new traffic striping throughout the City. The Crosswalk Renewal Program supports several mobility initiatives adopted by Council, including the Pedestrian Action Plan. Work has focused primarily on areas with a higher rate of pedestrian -vehicle related accidents and the re -striping of sc hool zones. Presently, 163 crosswalk segments are planned for re -striping during this project cycle. Contractor Selection In April 2017, the City published Notices Inviting Bids to furnish and deliver crosswalk striping services in accordance with City specifications. 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 1,066 vendors were notified and 21 vendors download ed the bid. Five bids were received and publicly opened on May 1, 2017 . Vendor Project Est. Year 1 Super Seal & Strip e $150,603 Chrisp Company $170,000 Sterndahl Enterprises $176,121 Superior Pavement Markings $215,158 PCI $643,317 Bids were evalua ted 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. Chrisp Company is not the lowest bidder, but offered more experience coordinating and completing annual striping projects for similar sized municipalities. They come highly recommended by the City of Whitter, City of Fontana, and City of Pico Rivera in regards to work product, staff 3 of 3 communication, interacti on with public, meeting project deadlines, and overall quality of service , while ensuring minimal disruptions to the public . Based on these criteria, Chrisp Company is recommended as the best bidder. Financial Impacts & Budget Actions The contract to be awarded to Chrisp Company, Inc. is for an amount not to exceed $550,000. Funds of $170,000 are available in the FY 2016 -17 Capital Improvement Program budget in account M017070.589000. Future year funding is contingent on Council budget approval. Prepared By: Kori Jones, Administrative Analyst Approved Forwarded to Council Attachments: A. Chrisp Company Oaks Form REFERENCE:    Agreement  No. 10464   (CCS)