city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 14-3126   
Type: Capital Improvements
In control: City Council A Session
On agenda: 12/4/2014
Posting Language: An Ordinance accepting the lowest responsive bid and awarding a task order construction contract to Clark Construction of Texas, Inc. in an amount not to exceed $4,097,429.05, of which $69,300.00 is to be reimbursed by San Antonio Water Systems, for the construction of street maintenance projects located citywide, through the FY 2015 – FY 2016 Reclamation & Reconstruction Task Order Contract – Package 5.
Attachments: 1. Bid Matrix - TOC for Asphalt Overlays - Package 1, 2. Bid Matrix - TOC for Asphalt Overlays - Package 2, 3. Bid Matrix - TOC for Asphalt Overlays - Package 3, 4. Bid Matrix - TOC for Reclamation - Package 6, 5. Bid Matrix - TOC for Reclamation and Reconstruction - Package 5, 6. Draft Ordinance - D, 7. Ordinance 2014-12-04-0954
DEPARTMENT: Transportation and Capital Improvements      
 
 
DEPARTMENT HEAD: Mike Frisbie
      
      
COUNCIL DISTRICTS IMPACTED: City-wide
 
 
SUBJECT:
 
Contract Awards for Street Maintenance Program
 
 
SUMMARY:
 
This ordinance awards five (5) Task Order contracts for the construction of street maintenance projects, to facilitate the completion of projects identified in the FY 2015 - 2019 Infrastructure Management Program (IMP), adopted through the 2015 Budget process on September 18, 2014:
 
A.      An ordinance accepting the lowest responsive bid and awarding the Asphalt Overlay Task Order Contract - Package 1, in an amount not to exceed $2,093,892.20 to Clark Construction of Texas, Inc.  Of this amount, $66,900.00 is to be reimbursed by San Antonio Water Systems (SAWS) for necessary adjustments to its existing infrastructure.  
B.      An ordinance accepting the lowest responsive bid and awarding the Asphalt Overlay Task Order Contract - Package 2, in an amount not to exceed $2,093,722.20 to Clark Construction of Texas, Inc.  Of this amount, $66,900.00 is to be reimbursed by San Antonio Water Systems (SAWS) for necessary adjustments to its existing infrastructure.  
C.      An ordinance accepting the lowest responsive bid and awarding the Asphalt Overlay Task Order Contract - Package 3, in an amount not to exceed $2,112,060.04 to J&P Paving Company, Inc.  Of this amount, $61,800.00 is to be reimbursed by San Antonio Water Systems (SAWS) for necessary adjustments to its existing infrastructure.  
D.        An ordinance accepting the lowest responsive bid and awarding the FY 2015 - FY 2016 Reclamation & Reconstruction Task Order Contract - Package 5, in an amount not to exceed $4,097,429.05 to Clark Construction of Texas, Inc.  Of this amount, $69,300.00 is to be reimbursed by San Antonio Water Systems (SAWS) for necessary adjustments to its existing infrastructure.
E.        An ordinance accepting the lowest responsive bid and awarding the FY 2015 - FY 2016 Reclamation Task Order Contract - Package 6, in an amount not to exceed $2,384,010.50 to Alamo City Constructors, Inc. Of this amount, $18,750.00 is to be reimbursed by San Antonio Water Systems (SAWS) for necessary adjustments to its existing infrastructure.
BACKGROUND INFORMATION:
 
Project Background
City Council approved $41 million to complete both in-house and contract street maintenance projects. Of this amount, approximately $31 million in street maintenance projects will be completed through the use of construction contractors.  These contracts also will be utilized to complete $900,000.00 of bus pads and curb ramps funded with the Advanced Transportation District (ATD) and $283,650.00 of utility adjustments to be reimbursed by SAWS.
These contracts were advertised for construction bids in August 2014 in the San Antonio Hart Beat, on the City's website, on the Texas Electronic State Business Daily, on TVSA and through the TCI Small Business Office. Bids for Packages 1, 2, and 5 were due on September 23, 2014 and Package 3 and 6 were due on September 30, 2014.
Each contract will be awarded in compliance with the Small Business Economic Development Advocacy (SBEDA) Program, which requires contracts be reviewed by a Goal Setting Committee to establish a requirement and/or incentive unique to the particular contract in an effort to maximize the amount of small, minority, and women-owned business participation on the contract.  The Goal Setting Committee set a Minority/Women Business Enterprise (M/WBE) subcontracting goal and an African American Business Enterprise (AABE) subcontracting goal for each contract.  The table below shows the M/WBE and AABE goals and commitments for each package proposed for contract award through these ordinances.
 
 
Table 1.  Subcontracting Goals and Contractor Commitments
Item
Pkg
M/WBE Goal
M/WBE Commitment
AABE Goal
AABE Commitment
A
1
14%
14%
1%
1%
B
2
12%
12%
1%
1%
C
3
11%
11%
1%
1%
D
5
14%
14%
1%
1%
E*
6
-
-
-
-
*Package E will be utilized to complete Federally Funded projects, therefore SBEDA does not apply.  
HUD Section 3 requirements will be utilized instead.  
 
 
 
ISSUE:
TCI has begun construction of the FY 2015 SMP utilizing four existing construction contracts previously awarded that had remaining capacity. These proposed ordinances authorize additional contract capacity in the amount of $12,781,113.79 for the construction of 2015 street maintenance projects.  Additional solicitations currently are being advertised and will be brought forward for City Council consideration at a future date. Table 2 summarizes the construction amounts for items A to F along with the pavement application types and project council districts which are being presented for council consideration:  
Table 2.  Construction Amounts by Contractor
Item
 Pkg.
  Contractor
  FY 2015 Construction
Application Type
Projects in Council District
A
1
Clark
$2,093,892.00
Asphalt Overlay
City Wide
B
2
Clark
$2,093,722.20
Asphalt Overlay
City Wide
C
3
J&P Paving
$2,112,060.04
Asphalt Overlay
City Wide
D
5
Clark
$4,097,429.05
Reclamation & Reconstruction
1, 5, 9
E
6
Alamo City Cont
$2,384,010.50
Reclamation
1-5 and 7-10*
 
Total:
$12,781,113.79
$12,781,113.79
 
* No Reclamation projects in D6.
 
 
All projects associated with the FY 2015 SMP that will be constructed through these contracts will be completed no later than September 2015.  
 
 
ALTERNATIVES:
 
Items A to E, Contract Award for Five Street Maintenance Program Packages
 
An alternative would be to re-bid the street project packages.  However, there is no guarantee that this will result in more favorable prices.  Re-bidding would delay and result in some projects not being completed by the end of the fiscal year deadline.  
 
FISCAL IMPACT:
 
Items A to E, Contract Award for Five Street Maintenance Program Packages
 
Funds in the amount of $12,497,463.79 are included in the City's FY 2015 Adopted Budget and $283,650.00 will be reimbursed by SAWS. Of the $12,497,463.79 City funds $11,597,463.79 from the capital budget and $900,000 is funded from the Advanced Transportation District.
 
RECOMMENDATION:
 
Staff recommends approval of these ordinances awarding the following task order contracts necessary to complete the street maintenance projects identified in the FY 2015-2019 Infrastructure Management Program:
 
A.      A task order construction contract in an amount not to exceed $2,093,892.20 for Asphalt   Overlay Package 1 to Clark Construction of Texas, Inc.
B.      A task order construction contract in an amount not to exceed $2,093,722.20 for Asphalt Overlay Package 2 to Clark Construction of Texas, Inc.
C.      A construction contract in the amount of $2,112,060.04 for Asphalt Overlay Package 3 to J&P Paving Company.   
D.      A construction contract in the amount of $4,097,429.05 for Reclamation and Reconstruction Package 5 to Clark Construction of Texas, Inc.
E.      A task order construction contract in an amount not to exceed $2,384,010.50 for Reclamation Process Package 6 to Alamo City Constructors, Inc.