city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 14-3418   
Type: Capital Improvements
In control: City Council A Session
On agenda: 2/12/2015
Posting Language: An Ordinance accepting the lowest responsive bid and awarding a construction contract for two program years, in the amount not to exceed $2,133,000.00 payable to Flasher Limited, DBA Flasher Equipment Company, for the installation of pavement markings and signage associated with bike facilities located throughout the City as approved in the FY 2015-2019 Adopted five Year Infrastructure Management Program. [Peter Zanoni, Deputy City Manager; Mike Frisbie, Director, Transportation and Capital Improvements]
Attachments: 1. Bid Matrix - TOC for Bike Facilities.pdf, 2. List of 2015 Bike Facilities, 3. Ordinance 2015-02-12-0082.pdf
DEPARTMENT: Transportation and Capital Improvements      
 
 
DEPARTMENT HEAD: Mike Frisbie
      
      
COUNCIL DISTRICTS IMPACTED: City-wide
 
 
SUBJECT:
 
FY 2015 - FY 2016 Task Order Contract for Bike Facilities
 
 
SUMMARY:
 
This ordinance accepts the lowest responsive bid and awards a construction contract in an amount not to exceed $2,133,000.00 payable to Flasher Limited, DBA Flasher Equipment Company, in connection with the FY 2015 and FY 2016 Task Order Contract for Bike Facilities for the installation of bike-related pavement markings and signage at numerous locations throughout the City, as approved in the FY 2015 - 2019 adopted five Year Infrastructure Management Program (IMP).
BACKGROUND INFORMATION:
 
Project Background
During the FY 2015 Budget process, City Council approved $1 million in Advanced Transportation District (ATD) Program funds to complete numerous bike facilities projects identified in the FY 2015 - 2019 adopted five Year Infrastructure Management Program (IMP). Other potential funding sources for City bike facilities include the General Fund and the Annual Traffic Signal Program. The Transportation and Capital Improvements Department solicited bids for construction services and is recommending the selection of Flasher Equipment Company to complete these projects.
 
This contract was advertised for construction bids in October 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 were due on Tuesday, November 4, 2014, and two (2) bidders responded. Flasher Equipment Company was the lowest responsive bidder with a bid amount of $2,133,000.00.  
 
This contract is within the scope of the SBEDA Program. However, due to lack of available firms and/or subcontracting opportunities, the Goal Setting Committee was unable to apply a SBEDA Affirmative Procurement Initiative to this contract.
 
This construction contract was developed utilizing the low bid process; therefore, a Discretionary Contracts Disclosure Form is not required.
 
 
ISSUE:
 
This ordinance will award the FY 2015 and FY 2016 Task Order Contract for Bike Facilities to Flasher Equipment Company, for an amount not to exceed $2,133,000.00, for the delivery of bike facilities projects included in the adopted five year IMP.
 
The Bike Facilities contract will be utilized primarily to complete approximately 11 miles of bike facilities in FY 2015 and approximately 10 miles of bike facilities in FY 2016 identified in the FY 2015 - 2019 adopted five Year Infrastructure Management Program (IMP), along with additional projects that materialize throughout the contract term and can be completed within the contract capacity. Work activities will be allocated in the form of task orders as availability of funds are identified. Facilities include striping of designated bike lanes, implementing sharrows (shared lanes) and new green lanes. Some green lanes have already been installed for FY 2015 IMP projects, and additional green lane locations are being studied and evaluated.
 
2015 Projects include:
District
Year-IMP
Roadway
From
To
Facility
1
2015
McCullough
E French Place
Broadway
Bike-Lane Study
1
2015
Lexington Ave
IH 35 N
Broadway
Bike-Shared Route
2
2015
Hays St
N Cherry
Onslow
Bike-Shared Route
3
2015
E Mitchell ST
Mission Rd
S Presa St
Bike-Shared Route
3,5
2015
W Mitchell St
S Flores
Mission Rd
Bike-Shared Route
4
2015
Somerset Rd
W Mayfield
Palo Alto Rd
Bike-Lane Study
4,5
2015
Somerset Rd
W Gerald
W Mayfield
Bike-Lane Study
5
2015
Somerset Rd
S Zarzamora
W Gerald
Bike-Lane Study
7
2015
Eckhert Rd
Bandera Rd
Huebner Rd
Bike-Lane
8
2015
Colony Dr
IH 10
Vance Jackson
Bike-Lane
9
2015
Vance Jackson
Colony Dr
Dreamland
Bike-Multi-Path
 
Potential funding sources for individual work orders include, but are not limited to the General Fund and Advanced Transportation District (ATD) Program.
 
 
 
ALTERNATIVES:
 
An alternative to utilizing an outside contractor to complete these projects would be to utilize in-house staff.  However, the equipment required for this type of effort is not available in-house and with staff's existing workload, completing the long lane line markings associated with bike facilities of this volume would not be possible.
TCI staff, in review of potential alternatives, has determined that awarding Flasher Limited the FY 2015 and FY 2016 Task Order Contract for Bike Facilities is in the best interest of the City, in order to expedite project delivery and ensure completion of the IMP Bike Facilities projects.
 
 
FISCAL IMPACT:
 
This is a multi-year contract in an amount not to exceed $2,133,000.00.  Potential funding sources for individual work orders include, but are not limited to, currently adopted and future budgets within the General Fund and ATD Program.
Requirements for each task shall be detailed in the individual work orders assigned.  If funding for any work activities was not previously appropriated, funding will be identified and appropriated through subsequent City Council action.  
 
RECOMMENDATION:
 
Staff recommends the approval of this ordinance awarding the FY 2015 and FY 2016 Task Order Contract for Bike Facilities construction contract to Flasher Equipment Company in an amount not to exceed $2,133,000.00.