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)