city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 19-9082   
Type: Capital Improvements
In control: City Council A Session
On agenda: 12/12/2019
Posting Language: Ordinance accepting the lowest responsive bid and awarding 2020 Street Rehabilitation Package 5 to Clark Construction of Texas, Inc. in an amount not to exceed $4,880,786.30 of which $141,375.00 will be reimbursed by San Antonio Water System (SAWS) and $7,500.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.
Attachments: 1. B) 2020 Street Preservation Microsurface Pkg 2 Bid, 2. FI Sheet-SMP Street Rehab Pkg 4 RFCA 19-8365, 3. A) 2020 Street Preservation Microsurface Pkg 1 Bid, 4. C) 2020 Street Rehabilitation Pkg 4 Bid, 5. D) 2020 Street Rehabilitation Pkg 5 Bid, 6. F) 2020 Street Rehabilitation Pkg 7 Bid, 7. Draft Ordinance - Part A, 8. Draft Ordinance - Part B, 9. Draft Ordinance - Part C, 10. Draft Ordinance - Part D, 11. Draft Ordinance - Part E, 12. Ordinance 2019-12-12-1046
Related files: 19-8365

DEPARTMENT:  Transportation & Capital Improvements

 

 

DEPARTMENT HEAD:  Razi Hosseini, P.E., R.P.L.S

 

 

COUNCIL DISTRICTS IMPACTED:  Citywide

 

 

SUBJECT:

 

FY 2020 Street Maintenance Program Packages

 

 

SUMMARY: 

 

Consideration of the following five construction contracts totaling $37,364,970.00 to complete the street maintenance projects identified in the FY 2020 Infrastructure Management Program (IMP):

 

A  An ordinance accepting the lowest responsive bid and awarding 2020 Micro Surface Task Order Contract Package 1 to Intermountain Slurry Seal, Inc. in an amount not to exceed $3,474,533.50 of which $37,200.00 will be reimbursed by San Antonio Water System (SAWS) for necessary adjustments to its existing infrastructure.

 

B.  An ordinance accepting the lowest responsive bid and awarding 2020 Micro Surface Task Order Contract Package 2 to Intermountain Slurry Seal, Inc. in an amount not to exceed $3,486,407.00 of which $37,200.00 will be reimbursed by San Antonio Water System (SAWS) for necessary adjustments to its existing infrastructure.

 

C.                     An ordinance accepting the lowest responsive bid and awarding 2020 Street Rehabilitation Package 4 to J&P Paving Co., Inc. in an amount not to exceed $15,847,765.20 of which $326,040.00 will be reimbursed by San Antonio Water System (SAWS) and $42,000.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.

 

D.                     An ordinance accepting the lowest responsive bid and awarding 2020 Street Rehabilitation Package 5 to Clark Construction of Texas, Inc. in an amount not to exceed $4,880,786.30 of which $141,375.00 will be reimbursed by San Antonio Water System (SAWS) and $7,500.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.

 

E.                     An ordinance accepting the lowest responsive bid and awarding the 2020 Street Rehabilitation Package 7 to H.L. Zumwalt Construction, Inc. in an amount not to exceed $9,675,478.00 of which $255,040.00 will be reimbursed by San Antonio Water System (SAWS) and $20,000.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure. 

 

 

BACKGROUND INFORMATION:

 

Project Background

With the adoption of the FY 2020 Budget on September 12, 2019, City Council approved budget of $110 Million for the Street Maintenance Program (SMP).  A total of $110 million is available to complete the entire SMP, which is comprised of both in-house and contractual street maintenance projects.    

 

Table 1 below summarizes the Street Maintenance Program construction contracts awarded to date.

 

Table 1. FY 2020 Street Maintenance Program Contracts Awarded to Date

 

Awarded Contracts

Amount Awarded

 

 

Previously FY 2020 Contract Packages awarded until now.

$18,832,866.15

Proposed FY 2020 Contract Packages to be awarded

$37,364,970.00

 

 

Remaining Contract Capacity from FY 2019 SMP

$19,000,000.00

Total Available Contract Capacity

$75,197,836.15

Approved Contract Budget

$98,000,000.00

Remaining FY 2020 Contract Budget with Approved Contract Today

$22,802,163.85

 

This ordinance authorizes five (5) contracts totaling $37,364,970.00 for the construction of FY 2020 street maintenance projects.  Additional contracts are scheduled to be awarded at a later date for the remaining SMP. 

 

Procurement of Services   

 

A. The 2020 Micro Surface Task Order Contract Package 1 was advertised for construction bids on October 11, 2019 in the San Antonio Hart Beat, the City’s website, the Texas Comptroller of Public Accounts, CIVCAST and on TVSA.  Bids for Package 1 were due on November 5, 2019 with one (1) bid received.  Intermountain Slurry Seal, Inc. was the responsive bidder.

 

B. The 2020 Micro Surface Task Order Contract Package 2 was advertised for construction bids on October 11, 2019 in the San Antonio Hart Beat, the City’s website, the Texas Comptroller of Public Accounts, CIVCAST and on TVSA.  Bids for Package 2 were due on November 12, 2019 with one (1) bid received.  Intermountain Slurry Seal, Inc. was the responsive bidder.

 

C.  The 2020 Street Rehabilitation Package 4 was advertised for construction bids on September 20, 2019 in the San Antonio Hart Beat, on the City’s website, on the Texas Electronic State Business Daily, on CIVCAST electronic bidding site and on TVSA. Bids for Package 4 were due on October 22, 2019 with five (5) bids received. J&P Paving Co., Inc. was the lowest responsive bidder.

 

D.  The 2020 Street Rehabilitation Package 5 was advertised for construction bids on October 18, 2019 in the San Antonio Hart Beat, on the City’s website, on the Texas Electronic State Business Daily, on CIVCAST electronic bidding site and on TVSA. Bids for Package 5 were due on November 12, 2019 with four (4) bids received. Clark Construction of Texas, Inc. was the lowest responsive bidder.

 

E.  The 2020 Street Rehabilitation Package 7 was advertised for construction bids on October 25, 2019 in the San Antonio Hart Beat, on the City’s website, on the Texas Electronic State Business Daily, on CIVCAST electronic bidding site and on TVSA. Bids for Package 7 were due on November 19, 2019 with five (5) responsive bid received. H.L. Zumwalt Construction, Inc. 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. SBEDA Goals by Contract

Awarded Contract

Contractor

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

African-American Business Enterprise (AABE) Subcontracting Goal

Commitment to SBEDA Goals

2020 Micro Surface Task Order, Package 1

Intermountain Slurry Seal, Inc.

17%

2%

Intermountain Slurry Seal, Inc. has committed to meeting these goals

2020 Micro Surface Task Order, Package 2

Intermountain Slurry Seal, Inc.

17%

2%

Intermountain Slurry Seal, Inc. has committed to meeting these goals

2020 Street Rehabilitation  Package 4

J&P Paving Co., Inc.

 4%

 2%

J&P Paving Co., Inc. has committed to meeting these goals.

2020 Street Rehabilitation  Package 5

Clark Construction of Texas, Inc.

 4%

 2%

Clark Construction of Texas, Inc. has committed to meeting these goals.

2020 Street Rehabilitation  Package 7

H.L. Zumwalt Construction, Inc.

 4%

 2%

H.L. Zumwalt Construction, Inc.  has committed to meeting these goals.

 

These construction contracts were developed utilizing the low bid process; therefore Discretionary Contract Disclosure Forms are not required.

 

 

ISSUE:

 

Consideration of the following five construction contracts totaling $37,364,970.00 to complete the street maintenance projects identified in the FY 2020 Infrastructure Management Program:

 

A.                     This ordinance accepts the lowest responsive bid and awards the 2020 Micro Surface Task Order Contract Package 1 to Intermountain Slurry Seal, Inc. in an amount not to exceed $3,474,533.50, of which $37,200.00 will be reimbursed by San Antonio Water System (SAWS) for necessary adjustments to its existing infrastructure.

 

B.                     This ordinance accepts the lowest responsive bid and awards the 2020 Micro Surface Task Order Contract Package 2 to Intermountain Slurry Seal, Inc. in an amount not to exceed $3,486,407.00 of which $37,200.00 will be reimbursed by San Antonio Water System (SAWS) for necessary adjustments to its existing infrastructure.

 

C.                     This ordinance accepts the lowest responsive bid and awards 2020 Street Rehabilitation Package 4 to J&P Paving Co., Inc. in an amount not to exceed $15,847,765.20 of which $326,040.00 will be reimbursed by San Antonio Water System (SAWS) and $42,000.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.

 

D.                     This ordinance accepts the lowest responsive bid and awards 2020 Street Rehabilitation Package 5 to Clark Construction of Texas, Inc. in an amount not to exceed $4,880,786.30 of which $141,375.00 will be reimbursed by San Antonio Water System (SAWS) and $7,500.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.

 

E.                     This ordinance accepts the lowest responsive bid and awards 2020 Street Rehabilitation Package 7 to H.L. Zumwalt Construction, Inc. in an amount not to exceed $9,675,478.00 of which $255,040.00 will be reimbursed by San Antonio Water System (SAWS) and $20,000.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.  

 

As part of the Department’s continuing efforts to expedite project delivery and complete infrastructure projects, the task order contracts will allow TCI to handle multiple projects to be delivered through the Infrastructure Management Program.  

 

The Contracts for Asphalt Overlays, Micro Surface and Concrete Flatwork projects include, but are not limited to, the repair of a street’s base structure, asphalt surface overlay, micro surface, wheelchair ramps improvements and any other required work for the completion of the IMP Asphalt Overlay projects located throughout the City.

 

 

ALTERNATIVES:

 

City Council could choose not to award these contracts and request staff to re-bid this package; however, re-bidding would delay the delivery of the FY 2020 Street Maintenance Program and would result in a portion of the street maintenance projects not being completed as programmed.

 

 

FISCAL IMPACT:

 

A. This ordinance accepts the lowest responsive bid and awards the 2020 Micro Surface Task Order Contract Package 1 to Intermountain Slurry Seal, Inc. in an amount not to exceed $3,474,533.50 of which $37,200.00 will be reimbursed by San Antonio Water System (SAWS) for necessary adjustments to existing infrastructure.  Funds are available and included in the FY 2020-2025 Capital Improvements Program Budget and may be funded from various funding sources to include, but not limited to, the General Fund, the Advanced Transportation District Fund, debt proceeds, or other funding sources.

 

B.  This ordinance accepts the lowest responsive bid and awards the 2020 Micro Surface Task Order Contract Package 2 to Intermountain Slurry Seal, Inc. in an amount not to exceed $3,486,407.00 of which $37,200.00 will be reimbursed by San Antonio Water System (SAWS) for necessary adjustments to its existing infrastructure.  Funds are available and included in the FY 2020-2025 Capital Improvements Program Budget and may be funded from various funding sources to include, but not limited to, the General Fund, the Advanced Transportation District Fund, debt proceeds, or other funding sources. 

 

C.  This ordinance accepts the lowest responsive bid and awards the 2020 Street Rehabilitation Package 4 to J&P Paving Co., Inc. in an amount not to exceed $15,847,765.20, of which $326,040.00  will be reimbursed by San Antonio Water System (SAWS) and $42,000.00 will be reimbursed by CPS Energy  for necessary adjustments to their existing infrastructure.  Funds are available and included in the FY 2020-2025 Capital Improvements Program Budget and may be funded from various funding sources to include, but not limited to, the General Fund, the Advanced Transportation District Fund, debt proceeds, or other funding sources. 

 

D.  This ordinance accepts the lowest responsive bid and awards the 2020 Street Rehabilitation Package 5 to Clark Construction of Texas, Inc. in an amount not to exceed $4,880,786.30, of which $141,375.00  will be reimbursed by San Antonio Water System (SAWS) and $7,500.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.  Funds are available and included in the FY 2020-2025 Capital Improvements Program Budget and may be funded from various funding sources to include, but not limited to, the General Fund, the Advanced Transportation District Fund, debt proceeds, or other funding sources. 

 

E.  This ordinance accepts the lowest responsive bid and awards the 2020 Street Rehabilitation Package 7 to H.L. Zumwalt Construction, Inc. in an amount not to exceed $9,675,478.00, of which $255,040.00  will be reimbursed by San Antonio Water System (SAWS) and $20,000.00 will be reimbursed by CPS Energy for necessary adjustments to their existing infrastructure.  Funds are available and included in the FY 2020-2025 Capital Improvements Program Budget and may be funded from various funding sources to include, but not limited to, the General Fund, the Advanced Transportation District Fund, debt proceeds, or other funding sources. 

 

A & B Requirements for each task shall be detailed in the individual task 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.

 

 

RECOMMENDATION:

 

Staff recommends approval of five construction contracts in the total amount of $37,364,970.00 to complete street maintenance projects identified in the FY 2020 Infrastructure Management Program. Additional contracts are scheduled to be awarded at a later date for the remaining Street Maintenance Program.