Title
CONSIDERATION AND AWARDING OF BID NO. 1213-15 FOR AGGREGATE AND STONE FOR THE STREET MAINTENANCE DIVISION.
1. 3/8-INCH SCREENINGS
2. 3/4-INCH WASHED CHIPS
3. CONCRETE SAND
4. 1 1/2-INCH AGGREGATE BASE, TYPE A
5. TRAFFIC BOUND SURFACE COURSE, TYPE A
6. KILN DUST
7. SELECT BORROW SUBGRADE MATERIAL
8. 3-INCH SURGE ROCK
9. 8-INCH RIPRAP
10. 12-INCH RIPRAP
11. 18-INCH RIPRAP
12. TOPSOIL
A. PICKUP - (NO BID RECEIVED)
B. DELIVERED
13. MANUFACTURED SAND
ACTION NEEDED: Motion to accept or reject all bids meeting specifications on Sections 1, 9, 10, 11, and 12B; and, if accepted, award the bid to Dale Brown, Inc., as the lowest and best bidder meeting specifications and Joe Brown Company, as the alternate bidder.
ACTION TAKEN: _____________________________________
ACTION NEEDED: Motion to accept or reject all bids meeting specifications on Section 2; and, if accepted, award the bid to Joe Brown Company, Inc., as the lowest and best bidder meeting specifications and Bernie Mathes Trucking as the alternate bidder.
ACTION TAKEN: _____________________________________
ACTION NEEDED: Motion to accept or reject all bids meeting specifications on Section 3; and, if accepted, award the bid to Joe Brown Company, Inc., and Dale Brown, Inc., as the lowest and best bidders meeting specifications and Bernie Mathes Trucking, as the alternate bidder.
ACTION TAKEN: _____________________________________
ACTION NEEDED: Motion to accept or reject all bids meeting specifications on Sections 4 and 8; and, if accepted, award the bid to Bernie Mathis Trucking, Inc., as the lowest and best bidder meeting specifications and Joe Brown Trucking as the alternate bidder.
ACTION TAKEN: _____________________________________
ACTION NEEDED: Motion to accept or reject all bids meeting specifications on Section 5; and, if accepted, award the bid to Joe Brown Company, Inc., as the lowest and best bidder meeting specifications and Kudron Trucking as the alternate bidder.
ACTION TAKEN: _____________________________________
ACTION NEEDED: Motion to accept or reject the bid as meeting specifications on Section 6; and, if accepted, award the bid to Silver Star Construction Company, Inc., as the lowest and best bidder meeting specifications.
ACTION TAKEN: _____________________________________
ACTION NEEDED: Motion to accept or reject all bids meeting specifications on Section 7; and, if accepted, award the bid o T.J. Campbell Construction Company, as the lowest and best bidder meeting specifications and Dale Brown, Inc., as the alternate bidder.
ACTION TAKEN: _____________________________________
ACTION NEEDED: Motion to accept or reject all bids meeting specifications on Section 13; and, if accepted, award the bid to Bernie Mathis Trucking, Inc., as the lowest and best bidder meeting specifications and Dale Brown, Inc., as the alternate bidder.
ACTION TAKEN: _____________________________________
Body
BACKGROUND: The City of Norman's Street and Drainage Maintenance Programs utilize the following aggregate and stone:
3/8-inch Screenings are used as bedding material and backfill for storm sewer pipe.
3/4-inch Screenings are used as the cover aggregate for bituminous surface treatments (i.e., chip sealing). This is the base course for a double bituminous application.
Concrete Sand is used in the snow and ice control program.
1 1/2-inch Aggregate Base is used as base material for pavement construction. It is also used to stabilize an unimproved section line road.
Traffic Bound Surface Course; Type A is used as the surface course of a gravel roadway. It provides a suitable gradation or blend of coarse, medium and fine aggregates for the construction of a gravel roadway surface.
Kiln Dust is used in Subgrade stabilization operations.
Select borrow Subgrade material is used as embankment and causeway fill in roadway reconstruction operations.
3-inch surge rock is used to stabilize unimproved rural section line roads comprised of sand and fine silt. It is also used as a component of a filter blanket beneath riprap for stream bank and channel erosion control.
Riprap is used for stream bank stabilization, erosion control in drainage ways and flood damage control. It is purchased in 8-inch, 12-inch,
and 18-inch diameters.
Manufactured Sand is coarse sand for winter ice control and job site concrete mixing.
Topsoil is used when the right-of-way is damaged during construction and grass replacement is required.
Quantities of aggregate materials purchased annually will vary depending on individual project scope, unscheduled repairs and maintenance activities. A total of 2,453 tons of a combination of these products were purchased with the FYE 2010 bid prices.
DISCUSSION: Bid Number 1213-15 was opened on September 13, 2012, with nine (9) vendor bids received for aggregate and stone. Of the bids received, one (1) vendor bid did not meet specifications. The average unit price of these materials increased over the 2009 bid price by 3.2% due to the increased manufacturing and fuel related costs. The purchase contract for these materials is effective through October 31, 2013. Funding for the purchase of the various aggregate and stone materials is provided in various accounts in the General Fund for maintenance and operations uses and the Capital Fund for scheduled capital projects.
Funding for the materials is available in the following account numbers:
Street Maintenance Division
(010-5021-431.33-03) Rock/Sand Materials - $28,600
Storm Water Division
(010-5022-431.33-03) Rock/Sand Materials - $15,000
Capital Improvement Projects FYE 2013
(050-9906-451.63-01) Force Account Drainage Materials - $105,000
(050-9696-431.63-01) Rural Road Improvements - $354,000
RECOMMENDATION: Staff recommends Bid Number 1213-15 be awarded to the low bidder as shown on the Bid Tabulation. We further recommend that the bid also be awarded to an alternate bidder so that the materials will be available when the primary bidder cannot deliver it.