city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 14-2832   
Type: Purchase of Services
In control: City Council A Session
On agenda: 12/4/2014
Posting Language: An Ordinance authorizing a contract with Cantu Contracting, Inc. to provide mowing services for the Parks and Recreation Department for an estimated amount of $2,122,000.00 annually, funded with the General Fund and Parks Environmental Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Director, Finance]
Attachments: 1. Score Matrices, 2. 61-4903 RFCSP 8-8 2 PM, 3. Addendums I - IV, 4. CDF, 5. Draft Ordinance, 6. Ordinance 2014-12-04-0938
DEPARTMENT: Finance


DEPARTMENT HEAD: Troy Elliott


COUNCIL DISTRICTS IMPACTED: City Wide


SUBJECT:
Annual Contract for Mowing Service


SUMMARY:
This ordinance authorizes a contract with Cantu Contracting, Inc. to provide mowing services for the Parks and Recreation Department for an estimated amount of $2,122,000.00 annually. The initial term for this contract is January 1, 2015 through December 31, 2016, with two additional one-year renewal options. Funding for this contract are available through the General Fund and Parks Environmental Fund.


BACKGROUND INFORMATION:
Submitted for Council consideration and action is a proposal submitted by Cantu Contracting, Inc. to provide mowing services for the Parks and Recreation Department. The mowing services and cycle frequency is required in order to maintain the grounds appearance for approximately 2,300 acres consisting of over 200 parks, trails, greenways and sports fields.

The City issued a Request for Competitive Sealed Proposal (RFCSP) for "Annual Contract for Mowing Services" (RFCSP 6100004903) on August 8, 2014, with a submission deadline of September 17, 2014. The solicitation included the option to award contracts by sector with a total of five sectors; sector 1 - 581 acres, sector 2 - 531 acres, sector 3 - 354 acres, sector 4 - 285 acres and sector 5 - 616 acres. Six proposals were received. Two proposals were deemed non-responsive as respondents failed to meet the bid bond requirement and did not provide a bid bond with their response.
The evaluation committee consisted of representatives from the City Manager's Office, Parks and Recreation Department, Transportation and Capital Improvements Department, and the Human Resources Department. The Finance Department, Purchasing Division, assisted by ensuring compliance with City procurement policies and procedures. The proposals were evaluated based on the firm's qualifications, experience, and quality of service, previous perf...

Click here for full text