Skip to main content
Legistar header
                                                         
File #: RS-18-059    Version: 1 Name: Pavement Marking, Bid 18-13
Type: Resolution Status: Passed
File created: 6/4/2018 In control: City Council
On agenda: 7/24/2018 Final action: 7/24/2018
Title: Consider a memorandum/resolution awarding Bid No. 18-13 to D. I. J. Construction for pavement marking services.
Sponsors: Public Works Department, Transportation
Attachments: 1. Staff Report, 2. Bid Tabulation, 3. Certificate of Interested Parties, 4. Presentation

TITLE

 

Consider a memorandum/resolution awarding Bid No. 18-13 to D. I. J. Construction for pavement marking services.

 

SUMMARY

 

DATE:                     July 17, 2018

 

TO:                     Ronald L. Olson, City Manager

 

FROM:                     David A. Olson, Executive Director of Public Works

 

SUBJECT:                     Authorize the award of a contract to D.I.J. Construction for pavement marking services, Bid 18-13                                          

 

BACKGROUND AND FINDINGS:

 

Pavement markings are intended to increase the safety and efficiency of roadway traffic by delineating the roadway path and specific traffic lanes. Pavement markings can communicate the information to road users like no other traffic control device. They provide continuous information to road users related to the roadway alignment, vehicle positioning, and other important driving-related tasks. The Street operations Division requested bids for pavement marking services on Killeen roadways.

 

Two (2) vendors submitted bids: D.I.J. Construction and 3RD I Procurement, LLC. Bidders were instructed to bid items based upon an estimated quantity, alternate, and line item.

 

The lowest responsive and responsible bidder for each alternate and line item is outlined in the attached bid tabulation.

 

Street Operations bid a total of thirty-nine (39) alternates with individual line items. Out of the thirty-nine (39) alternates Street Operations has chosen to complete twelve (12) alternates within the current Fiscal Year. Remaining items will be reviewed in the work plans for coming fiscal years based upon budget availability.

 

THE ALTERNATIVES CONSIDERED:

 

The following alternatives were considered with this item:

 

1) Defer pavement marking maintenance to future fiscal years;

2) Perform pavement marking repairs in house with City employees and equipment; or

3) Award a contract for pavement marking services.

 

Which alternative is recommended? Why?

 

City staff recommends Alternative 3 because it allows for the most efficient use of available funding to address this item.

 

CONFORMITY TO CITY POLICY:

 

This item conforms to state and local policies and regulations.

 

FINANCIAL IMPACT:

 

Estimated expenditure for item / service / project for current Fiscal Year: $263,532.00.

 

Projected expenditures are based on current project needs and are based on estimated quantities and alternates.

 

The funding for this action will be available as budgeted in the following accounts: 010-3445-434.42-38, Pavement Marking $209,097.51 and 248-3445-434.42-38 Pavement Marking Child Safety Fund $54,434.00. This is a total of $263,532.00 for current Fiscal Year.

 

Per Bid 18-13, pricing & term renewals, pricing shall remain firm during the initial term of contract. If the bid is renewed for additional period(s), additional purchases may be made during the subsequent periods. At the time of the contract renewal, price increases will be considered by the City only as a result of a cost increase in manufacturing.

 

RECOMMENDATION:

 

City staff recommends that City Council award the contract to D.I.J. Construction for pavement marking; authorize the City Manager to enter into a contract with the same, including the proposed terms described herein; and finally, authorize the City Manager to execute any and all change orders in the amounts established by State and Local law.

 

DEPARTMENTAL CLEARANCES:

 

Legal

Finance

Purchasing

Public Works

 

ATTACHED SUPPORTING DOCUMENTS:

 

Bid Tabulation

Certificate of Interested Parties