Skip to main content
Legistar header
                                                         
File #: RS-18-060    Version: 1 Name: Rejection of Bid No. 18-16
Type: Resolution Status: Passed
File created: 6/27/2018 In control: City Council
On agenda: 7/24/2018 Final action: 7/24/2018
Title: Consider a memorandum/resolution authorizing the rejection of Bid No. 18-16 for concrete, street materials, top soil, rock, and slurry seal services.
Sponsors: Public Works Department, Transportation
Indexes: Street Material
Attachments: 1. Staff Report, 2. Presentation

TITLE

 

Consider a memorandum/resolution authorizing the rejection of Bid No. 18-16 for concrete, street materials, top soil, rock, and slurry seal services.

 

SUMMARY

 

DATE:                     July 17, 2018

 

TO:                     Ronald L. Olson, City Manager

 

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

 

SUBJECT:                     Authorize the Rejection of Concrete, Street Materials, Top Soil, Rock, and Slurry Seal Services, Bid 18-16                                          

 

BACKGROUND AND FINDINGS:

 

The City of Killeen advertised for bids for the procurement of the City’s estimated annual requirements of Concrete, Street Materials, Top Soil, Rock, and Slurry Seal Services. These items include Concrete, Sac Grout, Bedding material, Thermoplastic, Crack Seal, Slurry Seal Services, Type D Asphalt, Type C Asphalt, 1.5 Asphalt Overlay, Cold mix Asphalt, Top Soil, Base Material, and Rip Rap Rock. The intent was to select one or more qualified bidders to supply materials or services. Two addendums to the bid package were issued in the process, modifying the relevant bid table.

 

On June 20, 2018, (7) seven bids were received and read aloud at 2:15 p.m. in the Council Chambers. The bids received were from Viking Construction, Killeen Crushed Stone, Nathan Neiman, Dream Team, Killeen Ready Mix, Oldcastle Materials, and Lonestar Paving.

 

Numerous observations were made following the opening of the submitted bid packets:

 

VENDOR                                                               ISSUE                                                                                                         CORRECTION REQUIRED

 

Viking Construction                     Blur out Pg 20 w/ no initials                                          Strike out only w/ initials

Killeen Crushed Stone                     No Addendums attached                                          Attach All Addendums

                                                                                    Pg 29-114 not included                                          Include all pages of bid

                                                                                    Check list blank                                                               Fill out entire bid

Nathan Neiman                                          Pg 29-127 not included                                          Include all pages of bid

Dream Team                                                               Pg 17,11-19,21-23,27-127                                          Include all pages of bid

                                                                                    Not included

Killeen Ready Mix                                          No Addendums attached                                          Attach all Addendums

                                                                                    Pg 29-113 not included                                          Include all pages of bid

Oldcastle Materials                     Bid Packet Complete

Lonestar Paving                                          Bid Packet Complete

 

Street Operations along with Purchasing staff have evaluated the bid for conformance with the bid information and instructions and recommend rejecting all the bid submittals due to the majority of unresponsiveness and lack of competitive bids available. The general instructions and preparation of bids conditions within the bid documents allow the City to reject any and all bid proposals. Following rejection, it is City staff’s intent to re-advertise for competitive and responsible bidders.

 

THE ALTERNATIVES CONSIDERED:

 

1) Award the bid based upon non-responsive and incomplete bids.

2) Reject all bids.

 

CONFORMITY TO CITY POLICY:

 

Per Bid Information and Instructions, Preparation for Bids, all errors or changes in the bid shall be corrected by striking through the error or change once in ink. The bidder shall initial next to each correction made. Bid documents must be complete and sealed in an envelope. It is bidder’s responsibility to obtain and acknowledge all addendums and include with bid submittal.

 

FINANCIAL IMPACT:

 

The rejection of Bid No. 18-16 will result in the re-advertisement of this bid at an approximate cost of $250.

 

RECOMMENDATION:

 

City staff recommends that the City Council reject the (7) seven bid submissions for Bid 18-16 Concrete, Street Materials, Topsoil, Rock, and Slurry Seal Services.

 

DEPARTMENTAL CLEARANCES:

 

Legal

Finance

Public Works

 

ATTACHED SUPPORTING DOCUMENTS:

 

N/A