city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 16-1018   
Type: Procedural
In control: City Council A Session
On agenda: 2/11/2016
Posting Language: Consideration of the following three Task Order Contracts totaling $15,470,947.75 for the FY 2016 - 2020 Infrastructure Management Program, adopted within the FY 2016 Budget: [Peter Zanoni, Deputy City Manager; Mike Frisbie, Director, Transportation & Capital Improvements]
Attachments: 1. Bid Tab Package 5, 2. Bid Tab Package 6, 3. Bid Tab Package 7, 4. Recommendation Letter San Antonio Constructors - Asphalt Overlay Package 5, 5. Recommendation Letter AJ Commercial-Reclamation_Reconstruction Pkg. 6, 6. Recommendation Letter FD Concrete - Concrete Pavement & Flatwork Pkg 7, 7. Form 1295 - Asphalt Overlay Pkg 5, 8. Form 1295 - Pkg. 6, 9. Form 1295 - Pkg. 7, 10. Draft Ordinance - A, 11. Draft Ordinance - B, 12. Draft Ordinance - C
Related files: 16-1647, 16-1649, 16-1648
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

DEPARTMENT: Transportation & Capital Improvements                     

 

 

DEPARTMENT HEAD: Mike Frisbie, P.E.

                     

                     

COUNCIL DISTRICTS IMPACTED: City Wide

 

 

SUBJECT:

 

Task Order Contracts (3) for Street Maintenance Projects.

 

 

SUMMARY:                     

   

An ordinance approving three Task Order Contracts for the FY 2016 - 2020 Infrastructure Management Program (IMP), adopted through the Fiscal Year 2016 Budget:

A.                     An ordinance for the Asphalt Overlay Task Order Contract, Package 5 accepting the lowest responsive bid and awarding to San Antonio Constructors, Ltd. in an amount not to exceed $6,358,350.00,  of which $91,350.00 will be reimbursed by San Antonio Water Systems (SAWS) and $10,000.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.

B.                     An ordinance for the Reconstruction/Reclamation Task Order Contract, Package 6 accepting the lowest responsive bid and awarding to AJ Commercial, Inc. in an amount not to exceed $4,530,820.50, of which $490.00  will be reimbursed by San Antonio Water Systems (SAWS).

C.                     An ordinance accepting the lowest responsive bid and awarding a 2016-2017 Concrete Pavement Task Order Contract to FD Concrete, LLC for Package 7 in an amount not to exceed $4,581,777.25, of which $42,075 will be reimbursed by San Antonio Water Systems (SAWS).

 

BACKGROUND INFORMATION:

 

Project Background

City Council approved $64,000,000.00 in the FY 2016 Budget to complete both in-house and contract street maintenance projects. Of this amount, approximately 97 miles and $54,000,000.00 in street maintenance projects will be completed through the use of construction contractors.

 

TCI has begun construction of the FY 2016 Street Maintenance Program utilizing three existing contracts that were awarded on February 12, 2015 totaling $12,263,961.88. In addition, TCI will be utilizing four Contracts that were awarded December 3, 2015 totaling $25,322,203.28.

These proposed ordinances authorize additional contract capacity in the amount of $15,470,947.75 for the construction of FY 2016 street maintenance projects.  Table 1 summarizes construction amounts for items A to C being presented for City Council consideration.

    

These contracts were advertised for construction bids in October and November 2015 in the San Antonio Hart Beat, on the City’s website, on the Texas Electronic State Business Daily and on TVSA. Bids for Package 5 were due on November 17, 2015, bids for Package 6 were due on December 1, 2015, and bids for Package 7 were due on November 17, 2015.

 

The Small Business Economic Development Advocacy (SBEDA) Program, 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. All vendors have committed to meet the SBEDA goals.

 

Table 1.  Subcontracting Goals and Contractor Commitments

 

Item

 Contractor

Pkg

 FY2016 Construction

M/WBE Commitment

 AABE Commitment

A

San Antonio Constructors, LTD

5

$6,358,350.00

5 %

1%

B

AJ Commercial Services, Inc.

6

$4,530,820.50

14 %

1%

C

FD Concrete, LLC

7

$4,581,777.25

17 %

1%

Total

 

 

$15,470,947.75

 

 

 

 

ISSUE:

 

This ordinance approves three Task Order Contracts in the amount of $15,470,947.75 for the FY 2016 - 2020 Infrastructure Management Program (IMP), was adopted through the Fiscal Year 2016 Budget:

 

A.                     This ordinance for the Asphalt Overlay Task Order Contract, Package 5 accepts the lowest responsive bid and awards to San Antonio Constructors, Ltd. in an amount not to exceed $6,358,350.00, of which $91,350.00 will be reimbursed by San Antonio Water System (SAWS) and $10,000.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.

B.                     This ordinance for the Reconstruction/Reclamation Task Order Contract, Package 6 accepts the lowest responsive bid and awards to AJ Commercial, Inc. in an amount not to exceed $4,530,820.50, of which $490.00 will be reimbursed by San Antonio Water System (SAWS).

C.                     This ordinance accepts the lowest responsive bid and awards a 2016-2017 Concrete Pavement Task Order Contract to FD Concrete, LLC for Package 7 in an amount not to exceed $4,581,777.25, of which $42,075 will be reimbursed by San Antonio Water System (SAWS).

 

ALTERNATIVES:

 

City Council could choose not to award these three Task Order Contracts and request staff to re-bid these three packages; however, there are no guarantees this will result in more favorable prices.  Re-bidding would delay the delivery of the FY 2016 Street Maintenance Program and would result in approximately 16 miles of street maintenance projects not being completed as programmed.

 

 

FISCAL IMPACT:

 

Items A to C, Contract Award for Three Street Maintenance Program Packages

Funding for these projects may include, but is not limited to, General Fund, Certificates of Obligation, Advanced Transportation District (ATD) Program, ROW Penalty Funds, and other funding sources.

 

Requirements for each task shall be detailed in the individual work orders assigned.  The City makes no minimum guarantee pertaining to the volume of work.  If funding for any work activities is not previously appropriated, funding will be identified and appropriated through subsequent City Council action.  In addition, an estimated $133,915.00 ($63,145.00 in SAWS Water and $70,770.00 in SAWS Sewer) and $10,000.00 for CPS adjustments will be reimbursed to the City by SAWS and/or CPS as projects are identified.

 

RECOMMENDATION:

 

Staff recommends approval of the Contracts in the amount of $15,470,947.75 to complete the street maintenance projects identified in the FY 2016-2020 Infrastructure Management Program.