city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 18-1827   
Type: Capital Improvements
In control: City Council A Session
On agenda: 2/15/2018
Posting Language: Ordinance for the 2018 Micro-Surface Task Order Contract Package 1, awarding a contract to Viking Construction, Inc. in an amount not to exceed $1,677,060.00, of which $16,800.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.
Attachments: 1. Item A-1295, 2. Item B-1295, 3. Item C-1295, 4. Item D-1295, 5. Item E-1295, 6. Item A-Bid Matrix, 7. Item B-Bid Matrix, 8. Item C-Bid Matrix, 9. Onyx Package 1- Bid Matrix, 10. Item E-Bid Matrix, 11. FI Sheet-SMP FY 2018 Pavement Preservation 1(a), 12. Draft Ordinance - Part A, 13. Draft Ordinance - Part B, 14. Draft Ordinance - Part C, 15. Draft Ordinance - Part D, 16. Draft Ordinance - Part E, 17. Ordinance 2018-02-15-0097

DEPARTMENT:  Transportation & Capital Improvements                     

 

 

DEPARTMENT HEAD:  Mike Frisbie, P.E.

                     

                     

COUNCIL DISTRICTS IMPACTED:  Citywide

 

 

SUBJECT: 

 

FY 2018 Pavement Preservation Task Order Contracts

 

 

SUMMARY: 

 

Consideration of the following items related to the FY 2018 Infrastructure Management Program (IMP):

 

A.                     An ordinance for the 2018 Micro-Surface Task Order Contract Package 1, accepting the lowest responsive bid and awarding a contract to Viking Construction, Inc. in an amount not to exceed $1,677,060.00, of which $16,800.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

B.                     An ordinance for the 2018 Fog Seal Task Order Contract Package 1, accepting the lowest responsive bid and awarding a contract to Clark Construction of Texas, Inc. in an amount not to exceed $1,286,122.50, of which $12,500.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

C.                     An ordinance for the 2018 Micro-Surface Task Order Package 2, accepting the lowest responsive bid and awarding a contract to Intermountain Slurry Seal, Inc. in an amount not to exceed $3,238,777.00, of which $65,625.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

D.                     An ordinance for the 2018 Onyx Task Order Contract Package 1, accepting the lowest responsive bid and awarding a contract to Clark Construction of Texas, Inc. in an amount not to exceed $975,227.75, of which $14,000.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

E.                     An ordinance for the 2018 Base Repair Task Order Contract Package 1, accepting the lowest responsive bid and awarding a contract to All In Construction, L.L.C. in an amount not to exceed $488,319.80, of which $16,000.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

 

BACKGROUND INFORMATION:

 

City Council approved $99 million in the FY 2018 Budget to complete both in-house and contract street maintenance projects.  This was an increase of funding in the amount of $35 million above the $64 million provided the previous two fiscal years for street maintenance.  This will provide for approximately an additional 122 miles of street maintenance upon the completion of the FY 2018 Street Maintenance Program.

 

Transportation & Capital Improvements (TCI) will use $87 million of the allocated budget to deliver the street projects using contract forces. TCI began construction of the FY 2018 Street Maintenance Program utilizing seven (7) contracts that were awarded on October 19, 2017, November 2, 2017 and December 14, 2017.  Additional contracts are scheduled to be awarded at a later date for the remaining street maintenance program. Table 1 summarizes the contracts awarded to date for this fiscal year.

 

Table 1.

Awarded Contracts

Amount Awarded

Total Contracts Approved as of December 14, 2017

$36,167,643.00

Proposed Contracts to be Awarded Today

$7,665,507.05

Total Contracts Approved to Date

$43,833,150.05

Approved Contract Forces Budget

$87,000,000.00

 

 

Remaining Contract Forces Budget

$43,166,849.95

 

 

This proposed ordinance authorizes additional contract capacity in the amount of $7,665,507.05 for the construction of FY 2018 street maintenance projects. Additional contracts are scheduled to be awarded at a later date for the remaining Street Maintenance Program.  

Procurement of Services   

A.                     The Micro-Surface Task Order Package 1 was advertised for construction bids in November 2017 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 were due on December 12, 2017 with 2 bids received.  Viking Construction, Inc. was the lowest responsive bidder.

 

B.                     The Fog Seal Task Order Package 1 was advertised for construction bids in November 2017 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 were due on December 12, 2017 with 1 bid received. Clark Construction of Texas, Inc. was the lowest responsive bidder.

 

C.                     The Micro-Surface Task Order Package 2 was advertised for construction bids in November 2017 in the San Antonio Hart Beat, on the City’s website, on the Texas Electronic State Business Daily and on TVSA. Bids for Package 2 were due on December 19, 2017 with 2 bids received.  Intermountain Slurry Seal, Inc. was the lowest responsive bidder.

 

D.                     The Onyx Task Order Package 1 was advertised for construction bids in November 2017 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 were due on December 19, 2017 with 1 bid received.  Clark Construction of Texas, Inc. was the lowest responsive bidder.

 

E.                     The Base and Pavement Repair Package 1 was advertised for construction bids in November 2017 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 were due on November 28, 2017 with 4 bids received.  All In Construction, L.L.C. was the lowest responsive bidder.

 

These contracts 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. Table 2 summarizes the SBEDA goals for each contract.

 

Table 2.

Awarded Contract

Contractor

Minority/Women Business Enterprise (M/WBE) Subcontracting Goal

African-American Business Enterprise (AABE) Subcontracting Goal

Commitment to SBEDA Goals

Micro-Surface Task Order, Package 1

Viking Construction, Inc.

12%

1%

Viking Construction, Inc. has committed to meeting a 12% M/WBE subcontracting goal and a 1% AABE subcontracting goal

Fog Seal Task Order, Package 1

Clark Construction of Texas, Inc.

12%

1%

Clark Construction of Texas, Inc. has committed to meeting a 12% M/WBE subcontracting goal and a 1% AABE subcontracting goal

Micro-Surface Task Order, Package 2

Intermountain Slurry Seal, Inc.

12%

1%

Intermountain Slurry Seal, Inc. has committed to meeting a 12% M/WBE subcontracting goal and a 1% AABE subcontracting goal

Onyx Task Order, Package 1

Clark Construction of Texas, Inc.

12%

1%

Clark Construction of Texas, Inc. has committed to meeting a 12% M/WBE subcontracting goal and a 1% AABE subcontracting goal

Base and Pavement Repair, Package 1

All In Construction, L.L.C.

10%

1%

All In Construction, L.L.C. has committed to meeting a 10% M/WBE subcontracting goal and a 1% AABE subcontracting goal

 

 

 

ISSUE:

 

A.                     This ordinance for the 2018 Micro-Surface Task Order Contract Package 1 accepts the lowest responsive bid and awards a contract to Viking Construction, Inc. in an amount not to exceed $1,677,060.00, of which $16,800.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

B.                      This ordinance for the 2018 Fog Seal Task Order Contract Package 1 accepts the lowest responsive bid and awards  a contract to Clark Construction of Texas, Inc. in an amount not to exceed $1,286,122.50, of which $12,500.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

C.                     This ordinance for the 2018 Micro-Surface Task Order Package 2 accepts the lowest responsive bid and awards  a contract to Intermountain Slurry Seal, Inc. in an amount not to exceed $3,238,777.00, of which $65,625.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

D.                     This ordinance for the 2018 Onyx Task Order Contract Package 1 accepts the lowest responsive bid and awards  a contract to Clark Construction of Texas, Inc. in an amount not to exceed $975,227.75, of which $14,000.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

E.                     This ordinance for the 2018 Base Repair Task Order Contract Package 1 accepts the lowest responsive bid and awards  a contract to All In Construction, L.L.C. in an amount not to exceed $488,319.80, of which $16,000.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

 

ALTERNATIVES:

 

City Council could choose not to award this contract and request staff to re-bid this package; however, re-bidding would delay the delivery of the FY 2018 Street Maintenance Program and would result in a portion of the street maintenance projects not being completed as programmed.

 

 

FISCAL IMPACT:

 

A.                     This ordinance authorizes $1,677,060.00, payable to Viking Construction, Inc., of which $16,800.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure. 

 

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.  Funding for these projects may include the General Fund, Advanced Transportation District (ATD) Fund, ROW Penalty Funds, or other funding sources.

 

B.                     This ordinance authorizes $1,286,122.50, payable to Clark Construction of Texas, Inc., of which $12,500.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

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.  Funding for these projects may include the General Fund, Advanced Transportation District (ATD) Fund, ROW Penalty Funds, or other funding sources.

 

C.                     This ordinance authorizes $3,238,777.00, payable to Intermountain Slurry Seal, Inc., of which $65,625.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

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.  Funding for these projects may include the General Fund, Advanced Transportation District (ATD) Fund, ROW Penalty Funds, or other funding sources.

 

D.                     This ordinance authorizes $975,227.75, payable to Clark Construction of Texas, Inc., of which $14,000.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

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.  Funding for these projects may include the General Fund, Advanced Transportation District (ATD) Fund, ROW Penalty Funds, or other funding sources.

 

E.                     This ordinance authorizes $488,319.80, payable to All In Construction, L.L.C., of which $16,000.00 will be reimbursed by San Antonio Water System for necessary adjustments to its existing infrastructure.

 

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.  Funding for these projects may include the General Fund, Advanced Transportation District (ATD) Fund, ROW Penalty Funds, or other funding sources.

 

 

RECOMMENDATION:

 

Staff recommends approval of five Contracts in the total amount of $7,665,507.05 to complete the initial portion of the street maintenance projects identified in the FY 2018 Infrastructure Management Program. Additional contracts are scheduled to be awarded at a later date for the remaining Street Maintenance Program.