city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 16-5298   
Type: Capital Improvements
In control: City Council A Session
On agenda: 10/13/2016
Posting Language: An Ordinance for the 2017 Asphalt Overlay Contract Package 1- accepting the lowest responsive bid and awarding a contract to Clark Construction of Texas, Inc. in an amount not to exceed $8,455,977.00, of which $281,500.00 will be reimbursed by San Antonio Water Systems and $43,000.00 will be reimbursed by CPS Energy for necessary adjustments to its existing infrastructure.
Attachments: 1. Detailed Bid Tab Package 1, 2. Detailed Bid Tab Package 2, 3. Detailed Bid Tab Package 3, 4. Detailed Bid Tab Package 12, 5. Bid Tab Package 1, 6. Bid Tab Package 2, 7. Bid Tab Package 3, 8. Bid Tab Package 12., 9. Recommendation Letter Package1, 10. Recommendation Letter Package 2, 11. Recommendation Letter Package 3, 12. Recommendation Letter Package 12, 13. Form 1295 - Package 1, 14. Form 1295 - Package 2, 15. Form 1295 - Package 3, 16. Form 1295 - Package 12, 17. FI Sheet-2017 SMP Packages 1-3 & Task Order Contract Pkg 12, 18. FI Form-SMP 2017 Pkgs 1, 2, 3, & 12, 19. Ordinance 2016-10-13-0789
Related files: 16-5299, 16-5301, 16-5300, 16-4906

DEPARTMENT: Transportation & Capital Improvements                     

 

 

DEPARTMENT HEAD: Mike Frisbie, P.E.

                     

                     

COUNCIL DISTRICTS IMPACTED: City Wide

 

 

SUBJECT:

 

FY 2017 Infrastructure Management Program

 

 

SUMMARY: 

 

Consideration of the following contracts for both the FY 2017-2022 Infrastructure Management Program (IMP) and other varying tasks as required for capital projects, adopted through the Fiscal Year 2017 Budget:

 

A.                     An Ordinance for the 2017 Asphalt Overlay Contract Package 1- accepting the lowest responsive bid and awarding a contract to Clark Construction of Texas, Inc. in an amount not to exceed $8,455,977.00, of which $281,500.00 will be reimbursed by San Antonio Water Systems (SAWS) and $43,000.00 will be reimbursed by CPS Energy for necessary adjustments to its existing infrastructure.

B.                     An Ordinance for the 2017 Asphalt Overlay Contract Package 2- accepting the lowest responsive bid and awarding a contract to J&P Paving Co., Inc. in an amount not to exceed $3,779,362.85,  of which $98,500.00  will be reimbursed by San Antonio Water Systems (SAWS) and $7,600.00 will be reimbursed by CPS Energy for necessary adjustments to its existing infrastructure.

 

C.                     An Ordinance for the 2017 Asphalt Overlay Contract Package 3- accepting the lowest responsive bid and awarding a contract to Clark Construction of Texas, Inc. in an amount not to exceed  $8,347,433.50,  of which $281,500.00  will be reimbursed by San Antonio Water Systems (SAWS) and $43,000.00 will be reimbursed by CPS Energy for necessary adjustments to its existing infrastructure.

 

D.                     An Ordinance for the 2017-2018 Reconstruction/ Reclamation Task Order Package 12, accepting the lowest responsive bid and awarding a Task Order Contract to Alamo City Constructors, Inc. in an amount not to exceed $5,899,473.30, of which $490.00 will be reimbursed by San Antonio Water Systems (SAWS) for necessary adjustments to its existing infrastructure.

 

 

BACKGROUND INFORMATION:

City Council approved $64 million in the FY 2017 Budget to complete both in-house and contract street maintenance projects. Of this amount, approximately 97 miles and $54 million in street maintenance projects will be completed through the use of construction contractors. These contracts also will be utilized to complete $400,000.00 of bus pads funded with the City’s Advanced Transportation District funds, $661,990.00 of utility adjustments to be reimbursed by SAWS and $93,600.00 of utility adjustments to be reimbursed by CPS Energy.

The Transportation & Capital Improvements Department solicited bids for construction services and will be utilizing various construction companies to complete these projects.  Additional contracts are scheduled to be awarded at a later date. 

These proposed ordinances authorize additional contract capacity in the amount of           $26,482,246.65 for the construction of FY 2017 street maintenance projects.  Table 1 summarizes construction amounts for items A, B, C, and D being presented for City Council consideration.

 

Table 1. 

 

Awarded Contracts

Amount Awarded

Clark Construction

$8,455977.00

J&P Paving

$3,779,362.85

Clark Construction

$8,347,433.50

Alamo City Constructors

$5,899,473.30

Total Awarded until today

$26,482,246.65

Approved Budget

$54,000,000.00

Remaining Budget

$27,517,753.35

 

    

These contracts were advertised for construction bids in August 2016 in the San Antonio Hart Beat, on the City’s website, on the Texas Electronic State Business Daily and on TVSA. Bids for Package 1 bids were due on August 23, 2016, for Package 2 bids were due on August 30, 2016, for Package 3 bids were due on September 6, 2016, and for Package 12 bids were due on August 30, 2016.

 

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 commitments for each package proposed for contract award through these ordinances.

 

Table 2.  Subcontracting Goals and Contractor Commitments

 

Item

Contractor

Pkg.

FY 2017 Construction

M/WBE Commitment

AABE Commitment

A

Clark Construction

1

 

5.03%

1.03%

B

J&P Paving Co.

2

 

98.5%

1%

C

Clark Construction

3

 

5.03%

1.03%

D

Alamo City Constructors

12

 

16%

1%

Total

 

 

$26,482,246.65

 

 

 

 

ISSUE:

 

Consideration of the following contracts for both the FY 2017-2022 Infrastructure Management Program (IMP) and other varying tasks as required for capital projects, adopted through the Fiscal Year 2017 Budget:

 

A.                      An Ordinance for the 2017 Asphalt Overlay Contract Package 1- accepting the lowest responsive bid and awarding a contract to Clark Construction of Texas, Inc. in an amount not to exceed $8,455,977.00, of which $281,500.00 will be reimbursed by San Antonio Water Systems (SAWS) and $43,000.00 will be reimbursed by CPS Energy for necessary adjustments to its existing infrastructure.

 

B.                     An Ordinance for the 2017 Asphalt Overlay Contract Package 2- accepting the lowest responsive bid and awarding a contract to J&P Paving Co., Inc. in an amount not to exceed $3,779,362.85,  of which $98,500.00  will be reimbursed by San Antonio Water Systems (SAWS) and $7,600.00 will be reimbursed by CPS Energy for necessary adjustments to its existing infrastructure.

 

C.                     An Ordinance for the 2017 Asphalt Overlay Contract Package 3- accepting the lowest responsive bid and awarding a contract to Clark Construction of Texas, Inc. in an amount not to exceed  $8,347,433.50,  of which $281,500.00  will be reimbursed by San Antonio Water Systems (SAWS) and $43,000.00 will be reimbursed by CPS Energy for necessary adjustments to its existing infrastructure.

 

D.                     An Ordinance for the 2017-2018 Reconstruction/ Reclamation Task Order Package 12, accepting the lowest responsive bid and awarding a Task Order Contract to Alamo City Constructors, Inc. in an amount not to exceed $5,899,473.30, of which $490.00 will be reimbursed by San Antonio Water Systems (SAWS) for necessary adjustments to its existing infrastructure.

 

 

 

ALTERNATIVES:

 

City Council could choose not to award these contracts and request staff to re-bid these two packages; however, there are no guarantees this will result in more favorable prices.  Re-bidding would delay the delivery of the FY 2017 Street Maintenance Program and would result in a portion of the street maintenance projects not being completed as programmed.

 

 

FISCAL IMPACT:

 

Items A to D, Contract Award for Four 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 as shown below:

 

Table 3.

 

Item

Contractor

Pkg.

Base Bid

SAWS

CPS

A

Clark Construction

1

$8,131,477.00

$281,500.00

$43,000.00

B

J&P Paving Co.

2

$3,673,262.85

$98,500.00

$7,600.00

C

Clark Construction

3

$8,022,933.50

$281,500.00

$43,000.00

D

Alamo City Constructors

12

$5,898,983.30

$490.00

N/A

Total

 

 

$25,726,656.65

$661,990.00

$93,600.00

 

 

Adjustments will be reimbursed to the City by SAWS and/or CPS as projects are identified.

 

RECOMMENDATION:

 

Staff recommends approval of these four contracts in the amount of 26,482,246.65 to complete the street maintenance projects identified in the FY 2017 Infrastructure Management Programs.