Skip to main content
Legistar header
                                                         
File #: RS-22-161    Version: 1 Name: Bid 23-01 Street Construction Materials
Type: Resolution Status: Passed
File created: 8/10/2022 In control: City Council
On agenda: 11/15/2022 Final action: 11/15/2022
Title: Consider a memorandum/resolution awarding Bid No. 23-01, Street Construction Materials, in an amount not to exceed $700,000 citywide for FY23.
Sponsors: Public Works Department, Transportation
Indexes: Street Material
Attachments: 1. Bid Tab, 2. Contracts, 3. Certificate of Interested Parties, 4. Presentation

Title

 

Consider a memorandum/resolution awarding Bid No. 23-01, Street Construction Materials, in an amount not to exceed $700,000 citywide for FY23.

 

Summary

 

DATE:                     November 15, 2022                     

 

TO:                     Kent Cagle, City Manager                     

 

FROM:                     Jeffery Reynolds, Executive Director of Public Works                     

 

SUBJECT:                     Authorize the award of Bid No. 23-01, Street Construction Materials                     

 

BACKGROUND AND FINDINGS:

 

The City solicits street construction material bids on an annual basis in order to procure materials needed for maintenance projects. Materials from these bids are utilized by various departments and divisions throughout the city on construction projects, repair of roadways, parking areas, water mains, etc.

 

On October 11, 2022, Purchasing received seven (7) bids for Bid 23-01, Street Construction Materials; bids were opened and read aloud. The City’s current contracts will expire January 12, 2023. The total purchase of materials will not exceed $700,000 citywide in FY23 and future year expenditures will be based on the approved budget of the individual departments and subject to City Council approval.

 

Transportation, along with Purchasing, evaluated each bid’s conformance with the bid information and instructions. Each bidder is ranked in accordance with the best value procedures. The determination to award represents the best value to the City which takes into consideration the qualifications, references, and costs of the Bidder in accordance with the following factors outlined in the Bid General Terms and Conditions, Section 10 - Award of the Contract:

 

1.                     Unit Price

2.                     Total Bid Price

3.                     Total long-term cost to the municipality

 

Seven (7) vendors were selected based on the bid tab attached: Green Dream International, Crafco Inc., DIJ Construction, Vulcan Materials, Killeen Crushed Stone, Killeen Ready Mix, and Texas Materials. Bidders were instructed to bid items based upon estimated annual need per item and per item amounts.

 

Due to fluctuating market conditions of the materials, the bid solicitation requires that bidder’s prices remain firm during the entire twelve (12) months of the contract. The contract term is one (1) year upon execution. After the exhaustion of the entire contract term, the City may request up to an additional sixty (60) days past any contract term to advertise and award a new bid for such items without any pricing adjustments.

 

THE ALTERNATIVES CONSIDERED:

 

 

1)                     Reject all bids, make purchases on a “as needed” basis

2)                     Authorize the award of Bid No. 23-01, Street Construction Materials to selected vendors in an amount not to exceed $700,000 citywide in FY23

 

Which alternative is recommended? Why?

 

Alternative two (2) is recommended; authorize the award of Bid No. 23-01, Street Construction Materials to selected vendors in an amount not to exceed $700,000 citywide in FY23. This will allow the City to obtain materials for the maintenance of streets and other critical infrastructure.

 

CONFORMITY TO CITY POLICY:

 

Per Purchasing Policy, purchase of $50,000 or more, by State law triggers the competitive procurement process. The Invitation to Bid (ITB) uses the competitive sealed bid method. Requirements are clearly defined, negotiations are not necessary, and best value methods are the major determining factors for selection.

 

FINANCIAL IMPACT:

 

What is the amount of the expenditure in the current fiscal year? For future years?

 

Projected expenditures are utilized for the city to obtain the best rate per unit pricing, covering multiple City Departments. Actual costs per fiscal year for each department may be significantly lower and will not exceed departmental budgets. The final fiscal impact will be based upon the allocated budget and workload for the year. The total expenditures will not exceed $700,000 in FY23 City-wide.

 

Is this a one-time or recurring expenditure?

 

The purchases will occur on an individual basis under the terms of the contracts as materials are needed.

 

Is this expenditure budgeted?

 

Yes, funds are available in various supply and maintenance accounts, in multiple funds and departmental operating budgets.

 

If not, where will the money come from?

 

N/A

 

Is there a sufficient amount in the budgeted line-item for this expenditure?

 

Yes

 

RECOMMENDATION:

 

City Council authorize the award of Bid 23-01, Street Construction Materials in an amount not to exceed $700,000 in FY23 citywide and authorize the City Manager, or designee, to execute contracts with the selected vendors; and furthermore, execute any and all change orders within the amounts set by State and Local law.

 

DEPARTMENTAL CLEARANCES:

 

Legal

Finance

Purchasing

Public Works

 

ATTACHED SUPPORTING DOCUMENTS:

 

Bid Tab

Contracts

Certificate of Interested Parties