Skip to main content
Castle Rock Banner
File #: 25-2058   
Type: Consent Status: Agenda Ready
File created: 9/15/2025 In control: City Council
On agenda: 10/23/2025 Final action:
Title: Authorize two contracts for rental of temporary traffic control devices and roadway pavement marking services for all City departments with GBC General Barricade Company LLC and Victor Pena dba Pena's Traffic Services, LLC, for an initial term of two years with up to three 1-year extension options in an amount not to exceed $14,820,000. Funding: $2,964,000 is available in the Operating Budget of various City departments. Funding for the remaining contract term is contingent upon available funding in future budgets.
Attachments: 1. Recommendation for Action
Date Action ByActionAction DetailsMeeting Details
No records to display.

Posting Language
Title

Authorize two contracts for rental of temporary traffic control devices and roadway pavement marking services for all City departments with GBC General Barricade Company LLC and Victor Pena dba Pena’s Traffic Services, LLC, for an initial term of two years with up to three 1-year extension options in an amount not to exceed $14,820,000. Funding: $2,964,000 is available in the Operating Budget of various City departments. Funding for the remaining contract term is contingent upon available funding in future budgets.

 

Body

Lead Department

Austin Financial Services.

 

Client Department(s)
All City departments.

 

Fiscal Note

Funding in the amount of $2,964,000 is available in the Fiscal Year 2025-2026 Operating Budget of various City departments. Funding for the remaining contract term is contingent upon available funding in future budgets.

 

Procurement Language:

Austin Financial Services issued an Invitation for Bids solicitation IFB 5000 MAS1003 for these services. The solicitation was published on June 6, 2025, and closed on July 8, 2025. Of the four offers received, the bids submitted by the recommended contractors were the lowest responsive bids received. A complete solicitation package, including a tabulation of the bids received, is available for viewing on the City’s website. This information can currently be found at <https://financeonline.austintexas.gov/afo/account_services/solicitation/solicitation_details.cfm?sid=142395>.

 

MBE/WBE:

This solicitation was reviewed for subcontracting opportunities in accordance with City Code Chapter 2-9B (Minority-Owned and Women-Owned Business Enterprise Procurement Program). For the services required for this solicitation, there were no subcontracting opportunities; therefore, no subcontracting goals were established.

 

For More Information:

Direct questions regarding this Recommendation for Council Action to Austin Financial Services - Central Procurement at: FSDCentralProcurementRCAs@austintexas.gov or 512-974-2500. Respondents to the solicitation and their Agents should direct all questions to the Authorized Contact Person identified in the solicitation.

 

Additional Backup Information:

These contracts will provide delivery, placement, maintenance, and replacement of temporary traffic control devices and roadway pavement marking services for various departments. Temporary traffic control devices include barricades, signage, illuminated arrow boards, traffic cones, yellow and white pavement markings, and cyclone or plastic fencing. Services include the installation of temporary roadway striping and the restoration of permanent roadway striping and raised pavement markings.

 

These services are required when temporary signage or pavement modifications are necessary to divert traffic around large public events, or roadway construction in high-traffic areas where City crews are working. The contractor is required to respond in both routine and emergency situations when traffic control is required.

 

This contract is replacing an existing contract that expires November 12, 2025. The requested authorization amount was determined based on historical spending and projected usage. One of the recommended contractors is the current provider for these services. Both recommended contractors are City certified minority-owned businesses.

 

If a contract is not secured, departments will be forced to make spot purchases, which would potentially increase the cost as well as cause service delays that would affect public health and safety.

 

Contract Details:

 

 

Contract Term

Length of Term

Contract Authorization

Initial Term 

2 years

$5,928,000

Optional Extension 1  

1 year

$2,964,000

Optional Extension 2

1 year

$2,964,000

Optional Extension 3

1 year

$2,964,000

Total 

5 years

$14,820,000

 

Note: Contract Authorization amounts are based on the City’s estimated annual usage.

.