city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 18-2800   
Type: Capital Improvements
In control: City Council A Session
On agenda: 5/17/2018
Posting Language: Ordinance approving a Design-Build Services Agreement with Sundt Construction, Inc. in an amount not-to-exceed $32,700,000.00, for the design and construction of the lower segment of the Broadway Street Corridor Project, a 2017-2022 General Obligation Bond-funded project located in Council District 1. [Peter Zanoni, Deputy City Manager, Mike Frisbie, Director, Transportation & Capital Improvements]
Attachments: 1. Scoring Matrix, 2. Contract Disclosure Form, 3. Contract, 4. ProjectMap, 5. Draft Ordinance, 6. Ordinance 2018-05-17-0347

DEPARTMENT: Transportation & Capital Improvements

 

 

DEPARTMENT HEAD: Mike Frisbie, P.E.

                     

                     

COUNCIL DISTRICTS IMPACTED: Council District 1

 

 

SUBJECT:

 

Contract Award: (Design-Build) Broadway Street Corridor - East Houston Street to IH-35

 

 

SUMMARY:

 

An ordinance authorizing the negotiation and execution of a Design-Build Services Agreement in an amount not-to-exceed $32,700,000.00, of which the City’s portion is $24,000,000.00, payable to Sundt Construction, Inc. for the design and construction of the lower segment of the Broadway Street Corridor Project, a 2017-2022 General Obligation Bond-funded project located in Council District 1.  The limits of the lower segment include East Houston Street to IH-35.  Of the total contract amount, funds in the amount not to exceed $6,000,000.00 will be reimbursed by San Antonio Water System (SAWS) and $2,700,000.00 will be reimbursed by CPS Energy.

 

 

BACKGROUND INFORMATION:

 

In May 2017, voters approved the 2017-2022 Bond Program.  Proposition One included the Broadway Street Corridor - East Houston Street to East Hildebrand Avenue project.  After evaluation, it was decided this project would function better as two separate projects:  the lower segment from East Houston Street to IH-35 and the upper segment from IH-35 to East Hildebrand Avenue.  The lower segment project would have only Bond funding, while the upper segment, in addition to the 2017 Bond funding, would qualify for Federal and state funding.

 

This lower segment East Houston Street to IH-35 project provides for the reconstruction of Broadway Street from East Houston Street to IH-35 to a complete street with curbs, sidewalks, bike facilities, driveway approaches, traffic signals, and drainage improvements.  The project includes landscaping, such as trees, shrubs, and plants, streetscaping, such as benches and other furniture, and low impact development features in partnership with the San Antonio River Authority.  Specific Design-Build services include, but are not limited to, design, environmental permitting, right-of-way acquisition, design and construction of joint-utility relocation and adjustments, public outreach and information services, and procurement for construction and inspections.

 

As required by state law, a two-part solicitation process was used to select a Design-Build firm to complete design and construction services for the Broadway Street Corridor 2017-2022 Bond Program Project Lower Segment from East Houston Street to IH-35 Project.  A Request for Qualifications (RFQ), the first phase of the two-phase solicitation process, was released on January 5, 2018.  The RFQ was advertised in the San Antonio Hart Beat, the Texas Electronic State Business Daily and posted on the City’s website.  Responses were due on February 9, 2018.  Two firms responded to the RFQ and submitted their Statement of Qualifications (SOQs), and both were deemed responsive. A selection committee made up of staff from the City’s Transportation & Capital Improvements Department, City Manager’s Office, San Antonio Water System, CPS Energy, the San Antonio River Authority, and the private sector, evaluated and ranked the SOQs.

 

Based on the evaluation process, both respondents were short-listed and asked to submit responses to a Request for Proposal (RFP) by March 16, 2018.  The same selection committee evaluated and scored the interview and the proposals of the shortlisted firms.  Scoring was based on the published evaluation criteria which included proposed design plan, proposed construction plan, context sensitive design, overall evaluation of firm/team and the ability to provide required services, and proposed fees for general conditions/overhead and profit.  Based on the evaluations and rankings made in the selection process, staff recommends Sundt Construction, Inc. be awarded the Design-Build contract for this project.

 

This contract will be awarded in compliance with the Small Business Economic Development Advocacy (SBEDA) Program.  Sundt Construction, Inc. has committed to satisfying the 22% Minority/Women-Owned Business Enterprise (M/WBE) subcontracting goal and the 2% African American Business Enterprise (AABE) subcontracting goal. Sundt Construction, Inc. also has committed to meeting the mentorship requirement as part of this contract.  This contract was developed utilizing a formal request for qualifications and proposal process; therefore, as required by the Ethics Ordinance, a Discretionary Contracts Disclosure Form is included herein as an attachment.

 

 

ISSUE:

 

This ordinance authorizes the negotiation and execution of a Design-Build Services Agreement in an amount not-to-exceed $32,700,000.00, of which funds in the amount not to exceed $6,000,000.00 will be reimbursed by San Antonio Water System (SAWS) and $2,700,000.00 will be reimbursed by CPS Energy, for the design and construction of the Broadway Street Corridor Project Lower Segment from East Houston Street to IH-35, a 2017-2022 General Obligation Bond-funded project located in Council District 1.

 

This contract will provide for the design and reconstruction of Broadway Street from East Houston Street to IH-35 to a complete street with curbs, sidewalks, bike facilities, driveway approaches, traffic signals, and drainage improvements.  The project includes landscaping, streetscaping and low impact development features in partnership with the San Antonio River Authority.  Specific Design-Build services include, but are not limited to, design, environmental permitting, right-of-way acquisition, design and construction of joint-utility relocation and adjustments, public outreach and information services, and procurement for construction and inspections.  Project design is anticipated to begin in June 2018 with Project construction expected to begin February 2019 and estimated to be complete by June 2021.

 

 

ALTERNATIVES:

 

As an alternative, City Council could choose not to execute this contract and require staff to re-advertise this Project.  Considering the additional time required for another solicitation process, this would adversely affect the timely completion of the Project and funding.

 

 

FISCAL IMPACT:

 

This is a one-time capital improvement expenditure in an amount not-to-exceed $32,700,000.00, payable to Sundt Construction, Inc.  Of this amount, $6,000,000.00 will be reimbursed by SAWS and $2,700,000.00 will be reimbursed by CPS.  Funds are available from 2017-2022 General Obligation Bonds and are included in the FY 2018 - 2023 Capital Improvement Program Budget.

 

 

RECOMMENDATION:

 

Staff recommends approval of this ordinance authorizing the negotiation and execution of a Design-Build Services Agreement in the amount not-to-exceed $32,700,000.00, payable to Sundt Construction, Inc.