Skip to main content
Castle Rock Banner
File #: 25-1262   
Type: Consent Status: Agenda Ready
File created: 6/17/2025 In control: City Council
On agenda: 7/24/2025 Final action:
Title: Authorize a contract for construction services for the Corridor Mobility Program Bicycle and Pedestrian Improvements Indefinite Delivery/Indefinite Quantity (Airport Corridor) Contract with Smith Contracting Co., Inc. in the amount of $9,375,000 for an initial term of one year with up to three 1-year extension options, for a total contract amount not to exceed $23,750,000 in four years. Funding: $9,375,000 is available in the Capital Budget of the Transportation and Public Works Department, funding for the extension options is contingent upon available funding in future budgets.
Indexes: District 1, District 3, District 9
Attachments: 1. MWBE Summary, 2. Map, 3. Recommendation for Action
Date Action ByActionAction DetailsMeeting Details
No records to display.

Posting Language
Title

Authorize a contract for construction services for the Corridor Mobility Program Bicycle and Pedestrian Improvements Indefinite Delivery/Indefinite Quantity (Airport Corridor) Contract with Smith Contracting Co., Inc. in the amount of $9,375,000 for an initial term of one year with up to three 1-year extension options, for a total contract amount not to exceed $23,750,000 in four years. Funding: $9,375,000 is available in the Capital Budget of the Transportation and Public Works Department, funding for the extension options is contingent upon available funding in future budgets.

 

Body

Lead Department

Financial Services Department.

 

Managing Department
Capital Delivery Services.

 

Amount and Source of Funding

Funding is available in the Capital Budget of the Transportation and Public Works Department.

 

Funding for the extension options is contingent upon available funding in future budgets.

 

Purchasing Language:

The Financial Services Department issued an Invitation for Bids solicitation IFB 6100 CLMC1088 for these services. The solicitation was issued on March 17, 2025, and closed on April 24, 2025. Of the four offers received, the recommended contractor submitted the lowest responsive offer. A complete solicitation package, including a tabulation of the bids received, is available for viewing on the City’s website. This information can currently be found at https://financeonline.austintexas.gov/afo/account_services/solicitation/solicitation_details.cfm?sid=141487.

 

MBE/WBE:

This contract will be awarded in compliance with City Code Chapter 2-9A (Minority-Owned and Women-Owned Business Enterprise Procurement Program) by meeting the goals 5.08% MBE and WBE 1.63% participation.

 

For More Information:

Direct questions regarding this Recommendation for Council Action to the Financial Services Department - Central Procurement at FSDCentralProcurementRCAs@austintexas.gov or 512-974-2500. Respondents to the solicitation and their Agents should direct all questions to the Authorized Contact Person identified in the solicitation.

 

Additional Backup Information:

In November 2016 voters authorized the City to issue $720,000,000 in Transportation and Mobility General Obligation bonds. Those bonds include $482,000,000 for the implementation of Corridor Mobility Plan recommendations as well as preliminary engineering and design on additional corridors and critical arterials. The Corridor Program Office received approval to proceed with further design and implementation with Resolution No. 20180426-028. Through these actions, the Corridor Mobility Program has received funding to implement critical bicycle and pedestrian improvements.

 

This project will initially address the construction along Airport Boulevard from Interstate 35 to U.S. Route 183 and may include other locations as needs and funds allow. Additionally, this project will construct new sidewalks, bikeways, and shared-use-paths; driveway reconstruction (commercial and residential); retaining walls, fabrication and installation of handrails; roadway reconstruction including markings and delineations, and striping; Americans with Disability Act-compliant bus stop improvements, sidewalks, and pedestrian ramps; and any other associated construction as required in response to the City’s bicycle and pedestrian improvement needs. 

 

This is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract which provides for an indefinite quantity of services for a fixed time, usually an initial term with extension options. They are commonly used when precise quantities of supplies or services, above a specified minimum, cannot be determined. IDIQ contracts help streamline the contract process and service delivery and allow the City the flexibility to add work as needs arise or change. As each project is defined, a specific work assignment will be assigned to the contractor who will complete the scope of work for the unit prices included in the contract. Work deadlines will be established for each work assignment.

 

The base bid was used to identify and determine the lowest responsive bidder and to determine contract unit prices for each bid item.

 

This request allows for the execution of a contract with Smith Contracting Co., Inc. for an estimated period of one year with three-year extensions. However, if funds for the initial term are expended staff may accelerate the extension options, but in no event will exceed the total contract amount. The extension options are subject to the agreement of both parties.  

 

The project calls for lane closures, detours, and use of temporary pavement at varying locations throughout the roadway, maintaining a minimum of one lane in each direction at all times. Capital Delivery Services will communicate information regarding the project with neighboring businesses and residents using mailings, social media outreach, press release, etc. to inform the public as the work progresses.

 

A delay in issuing this contract will affect the delivery of multi-modal mobility services for this corridor that currently has limited mobility options. Construction is anticipated to begin Fall 2025.

 

This project is located within zip codes 78702, 78721, 78722, 78723 (Districts 1, 3, 9).