R-03-05-28-3A - 5/28/2003RESOLUTION NO. R- 03- 05 -28 -3A
WHEREAS, by Resolution No. R- 03- 03- 27 -9D1, the City Council, in
accordance with §271.114(a) Local Government Code, determined that
"Construction Manager -at- Risk" is the delivery method which will
provide the best value for the City for the construction of the Old
Settlers Park at Palm Valley Soccer and Other
Restroom /Concession /Storage Facilities ( the "Project "), and
WHEREAS, the City has advertised for and received proposals from
offerors for the Construction Manager -at -Risk for the Project, and
WHEREAS, City Staff has evaluated said proposals in accordance
with the published selection criteria and has recommended that the
offerors be ranked as set forth in Exhibit "A ", and
WHEREAS, the City Council wishes to officially approve the
ranking set forth in Exhibit "A ", Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the ranking of the offerors' proposals for Construction
Manager -at -Risk for the Project as set forth in Exhibit "A" is hereby
approved, and the City Manager is hereby authorized to attempt to
negotiate a Construction Manager -at -Risk contract in accordance with
§271.118(g) Local Government Code.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
®PFDeekt p\:: ODMA/ WORLDOX/ 0 . /WDOX /RESOLUTI /R3O52AA.WPU /sls
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended.
RESOLVED this the 28 day of May, 2003.
ST:
CHRISTINE R. MARTINEZ, City Secr 3 ary
2
WELL, Mayor
ity of Round Rock, Texas
1. Brath, Inc.
2. Chasco Contracting, Ltd.
3. F.T. Woods Construction
4. STR Constructors, Ltd.
EXHIBIT "A"
Ranking of offerors
for the
Old Settlers Park at Palm Valley Soccer and
Other Restroom/Concession/Storage Facilities
CITY
OF ROUND
ROCK
General
SOCCER FIELD FACILITIES AT OLD SETTLER'S
PARK - ROUND ROCK, TEXAS
Contractor Qualification Scores - May 27, 2003
Relationship w/
General
Experience
Personnel
Services
Contractor
Reputation (15)
(20)
(10)
(15)
Schedule (20)
Design Team
(10)
Fee (20)
Total
8/28/2003
$5,000 4.95% fee 2.9% I/B
15
20
10
15
20
10
75/25 $11,740/mo., total cost
97
Brath
= $60,630 (7)
8/29/2003
$3,000 4% fee 2.55% I/B
15
20
10
15
18
10
80/20 $12,058/mo., total cost
96
Chasco
= $56,204 (8)
9/1/2003
$12,500 3% fee $6,821 I/B
15
20
5
15
16
5
100/0 $4,988/mo., total cost =
86
STR
$42,115 (10)
9/10/2003
$3,000 5.0% fee 3.5% I/B
15
20
10
14
14
8
100/0 $9,785/mo., total cost =
91
FT Woods
$54,455 (9)
W
DATE: May 27, 2003
SUBJECT: Special Called City Council Meeting — May 28, 2003
ITEM: 3.A. Consider a resolution approving the ranking of the offerors for
Construction Manager -At -Risk for the Old Settlers Park at Palm Valley
Soccer and Other Restroom /Concession /Storage Facilities Project.
Resource:
History:
Sharon Prete, Parks and Recreation Director
M. James Hemenes, RLA, ASLA, Park Planner
This Old Settlers Park at Palm Valley Construction Project includes
the soccer complex (restroom/concession/storage building) facility and
Rabb pavilion amenity (restroom). They are identified respectively in
the 2001 G.O. Bond Program and PARD Capital Improvement
Projects as high priority. The Soccer coalition helped identify the
soccer project as the most pressing priority for youth and adult soccer.
The rankings are derived from scores based upon submitted proposals
that address the criteria as set forth in the Proposal packet. Through
the approved process for selection of a Construction Manager -at -Risk,
Brath, Inc. was selected.
Funding:
Cost: $420,000.00 (total project funding)
Source of Funds: General Capital Improvement Project Funds
Outside Resources: Moman Architects, Inc.
Impact/Benefit: Contract negotiations for the Construction Manager -at -Risk will begin
after approval of the rankings
Public Comment: N/A
Sponsor: Parks and Recreation Department
REQUEST FOR
QUALIFICATIONS & PROPOSAL FOR
CONSTRUCTION MANAGEMENT AT -RISK SERVICES
CITY OF ROUND ROCK
SOCCER FIELD FACILITIES
AT
OLD SETTLER'S PARK
ROUND ROCK, TEXAS
Proposals are due 2:OOPM, May 27, 2003
at the City of Round Rock Council Chambers
221 E. Main Street, Round Rock, TX 78664
Phone (512) 341 -3345 / Fax (512) 218 -5548
1\4 man
ckitects
309 West Main Street, Suite 120 Round Rock, Texas 78664 (512) 733 -1150
Notice to Proposers
City of Round Rock
REQUEST FOR SEALED PROPOSALS FOR
CONSTRUCTION MANAGER AT -RISK SERVICES
Pursuant to the provisions of Senate Bill , it is the intention of the City of Round Rock
[the City] to select via the Request for Proposal process a construction manager -at -risk for the construction
of the Soccer Field Facilities as generally described herein.
Proposals are to include the specific qualification information requested in the sequence and format
prescribed. In addition to and separate from the requested information, offerors submitting proposals may
provide supplementary materials further describing their capabilities and experience. In order to be
considered for selection, five (5) copies of the completed questionnaire must be delivered to the City of
Round Rock Council Chambers by the date and time specified. Proposal forms and guidelines are available
at Moman Architects, Inc., 309 W. Main Street, Suite 120, Round Rock, TX 78664. Questions regarding
the proposal may be addressed to Moman Architects, Inc.
PROPOSALS MUST BE RECEIVED NO LATER THAN
2:OOPM May 27, 2003
Any proposal received after such time will not be considered and will be returned unopened. Proposals will
be received by the Parks and Recreation Department (PARD) Director or Staff Member at:
City of Round Rock Council Chambers
221 E. Main Street, Round Rock, TX 78664
Following the deadline for receipt, the PARD Staff will receive, publicly open, and read aloud the names of
each offeror and the fees and prices, if any, stated in the proposals. Within 45 days following the date of the
opening PARD staff will evaluate and rank each proposal submitted in the relation to the selection criteria
set forth in Section II of this document A recommendation will be made to the City Council as to the
ranking of the proposals.
Following City Council approval of the ranking, the City will attempt to negotiate a fmal contract with the
most highly qualified offeror based on the selection criteria set forth herein. If the City is unable to reach an
agreement with the first ranked offeror the City shall terminate negotiations with that offeror and begin the
negotiation process with the second ranked offeror (never returning to the first ranked offeror). This
process shall continue until an agreement has been negotiated with a ranked offeror or the City rejects all
proposals for this project
The City will select a construction manager from the respondents to this request for propocats, or reject all
proposals. In determining which proposal provides the best value, the City will consider all responses to the
questions set forth in Section II of this document and will use those responses and other available
information to assess the following selection criteria:
ITEM MAX SCORE RANGE
Responsiveness of Submittal 5
Reputation/ References 20
Moman Architects, Inc 2 City of Round Rock CM/RFP
Company's experience & past performance 25
Experience in public funded facilities
Experience in projects of similar scope
Project history (completion, cost control, safety record)
History of litigation or bankruptcy
Proposed personnel and methodology 15
Staff qualifications
Proposed subcontractors
Understanding of project/ project approach
Suitability of the Company's services 15
Current workload
Stability/ years in business
Proximity to site
Size of this project to past work
Past relationship with the Design Team 10
Proposed Fee 10
TOTAL 100
The City reserves the right to verify the accuracy and completeness of all responses by utilizing any
information available to the City without regard to whether such information appears in your proposal.
Summary
The project prospectus is intended to provide basic information on the scope of the work completed in
terms of size, complexity, budget, and other project features to aid firms in expressing their desire to be
selected to provide construction management services. Please read the prospectus, verify the project
requirements, and express your interest accordingly. Exact details may vary.
The scope of the services requested in the RFQ include providing constmctability, cost estimating and
value engineering input during the Design and Construction Document preparation phases of the architect's
design efforts, and at a point between 75% and 90% completion of the Construction Documents, providing
the City with a Guaranteed Maximum Price (GM?) for the construction of the project_ The Construction
Manager will use the architect's Construction Documents to develop bid package for all items of work for
the project, and take sub- contract bids on the work. The City will participate in the review and acceptance
of all sub- contract bids. The Construction Manager will coordinate and supervise all sub - contract work to
complete the construction of this project.
As delineated in the RFQ, compensation to the Construction Manager will include the cost to deliver the
assignment under a Guaranteed Maximum Price, plus a negotiated fee for involvement in the Design Phase
and for profit and overhead Each submitting firm is asked to provide the following fee proposal for this
project
• Fee for Design and Bid/Award Phase services including professional fees, estimating and
personnel cost (see Exhibit C).
• Fee for the construction Phase services, including general conditions, professional fees,
insurances, and bond premium (see Exhibit C).
Scope of the Work
Provide Construction Management Services (At -Risk) for the design phase, bid/award phase, and
construction phase of the City of Round Rock Soccer Field Facilities. See the attached preliminary drawing
for a general description of the scope of this work. The firm selected will provide the construction
management services to complete the project, ready for occupancy as indicated in the attached milestone
Moman Architects, Inc 3 City of Round Rock CM/RFP
set,,. dais l ,r ;he project. The budget for this project is estimated at $260,000. The City has selected the firm
of r.1 - a „: n rchitects, Inc. as project architects.
INFORMATION TO BE PROVIDED BY OFFERORS
Please provide the following information in sequence and format prescribed by this questionnaire.
Supplemental materials providing additional information may be attached, but the information requested
below is to be provided in this format:
1. Firm Information
Name of Firm:
2. Organization
Address of Principle Office:
Phone: Fax:
Form of Business Organization:
Year Founded:
Name of Primary Contact:
Position with Firm:
Number of Employees in the Office: Field:
How many years has your organization been in business in construction management or building
construction in its current form?
How many years has your organization been in business under its present name?
Under what other form or name has your organization operated?
2.2 If your organization is a corporation, please provide the following:
Date of incorporation:
State of incorporation:
Type of Corporation
President's Name(s):
Secretary's name:
Treasurer's name:
Moman Architects, Inc 4 City of Round Rock CM/RFP
3, Experience
2.3 If your organization is a partnership, answer the following:
Date of organization:
Type of partnership:
Name(s) of general partners, with percentage of ownership:
2.3 If the form of your organization is a sole proprietorship:
Name of owner
Address:
Telephone/Fax:
2.4 Please identify any conflicts of interest that may exist between your
organization and City Council members, City staff or directors or the City's
architects/engineers.
3.1 List your experience over the last seven years in public funded construction. For each
project provide the project name, nature of the building, size, location, original contract
cost, final cost, completion date, owner contact and architect Please include telephone
numbers for the owner and architect (see Exhibit A).
3.2 Provide a list of all projects currently in progress and completed within the last three years.
Indicate which projects were performed using construction management at risk method (see
Exhibit B).
3.3 List the categories of work your organization normally performs with its own forces. Would
you propose to do any work with your own forces or to bid all work to subcontractors?
3A List any subcontractors m which your organization has some ownership and list the
categories of work those subcontractors normally perform.
3.5 Identify all key staff you propose to use with appropriate responsibility on this project.
Include a resume limited to one page per individual, including any related public funded
construction experience.
3.6 Claims and suits (lithe answer to any of the questions below is yes, please attach details)
3.6.1 Has your organization or any predecessor organization ever failed to
complete any work awarded?
3.6.2 Identify any judgments, claims, arbitration proceedings or suits,
currently pending or outstanding against your organization, its
officers, or any predecessor organization.
Moman Architects, Inc 5 City of Round Rock CM/RFP
3.7 Within the last seven years has any officer or principal of your organization ever been an
officer or principal of another organization when it failed to complete a construction
contract? (If the answer is yes please attach details.)
3.8 Within the last seven years has your organization, any officer or principal of your
organization, or any predecessor organization filed for bankruptcy? (If the answer is yes
please attach details)
4. Financial Information
3.6.3 Within the last seven years has any officer or principal of your
organization ever been an officer or principal of another organization
when it failed to complete a construction contract? (If the answer is
yes please attach details.)
4.1 Attach a financial statement, preferably audited, including your organization's latest
balance sheet and income statement showing the following items. The City, at the firm's
request, will keep this information confidential.
• Current assets
• Non - current assets
• Current liabilities
• Non-current liabilities
• Capital accounts and equity positions
• Notes to the financial statement, including related party transactions
4.2 Name and address of firm preparing attached financial statements and date thereof.
4.3 Provide name, address, phone number, and contact person of your financial institution.
4.4 Surety: Name and address of bonding company and name and address of agent.
Performance and payment bond equal to 100% of construction cost will be required upon
submission of the GMP.
5. Experience with concept for working as a Construction Manager.
5.1 Describe your organization's concept for working in a team relationship with the Owner and
Architect during the design and construction of the major projects.
5.2 Describe your organization's method for estimating costs, and scheduling during the
design/documents phase. It is anticipated that the guaranteed maximum price (GMP) will be
furnished at 90% construction document phase.
5.3 Attach a sample conceptual cost estimate prepared during the design phase of a project and a
sample of the final cost estimate/breakdown used to fix the contract amount for the
construction of the same project.
5.4 Describe the organizations cost control system utilized during the construction phase.
5.5 Describe your organization's concept and reasoning for the disposition of savings realized
during construction.
5.6 Describe your organization's concept for cost contingencies during design and during
construction. What is your organization's concept for the disposition of contingency funds
after the completion of the project?
Moman Architects, Inc 6 City of Round Rock CM/RFP
53 Your fum would be required to make all cost information during design and construction
available to the owner and architect. Describe how this information would be furnished and
how the owner and architect would be assured that it is complete and accurate.
Moman Architects, Inc 7 City of Round Rock CM/RFP
Exhibit A — Public Funded Projects
(provide additional sheets as needed)
Project Name: Nature of Building:
Size: Location:
Bid Cost: Final Cost (w /CO's):
Completion Date:
Owner's Contact: Telephone No.:
Project Architect: Telephone No.:
Project Name: Nature of Building:
Size: Location:
Bid Cost: Final Cost (w /CO's):
Completion Date:
Owner's Contact: Telephone No.:
Project Architect: Telephone No.:
Project Name: Nature of Building:
Size: Location:
Bid Cost: Final Cost (w /CO's):
Completion Date:
Owner's Contact: Telephone No.:
Project Architect: Telephone No.:
Moman Architects, Inc 8 City of Round Rock CM/RFP
Exhibit B- Projects Completed in the Last Three Years
(provide additional sheets as needed)
Project Name: Nature of Building:
Size: Location:
Bid Cost Final Cost (w /CO's):
Reasons for change orders:
Completion Date:
Contact: Telephone No.:
Project Architect: Telephone No.:
Project Name: Nature of Building:
Size: Location:
Bid Cost: Final Cost (w /CO's):
Reasons for change orders:
Completion Date:
Contact: Telephone No.:
Project Architect: Telephone No.:
Project Name: Nature of Building:
Size: Location:
Bid Cost: Final Cost (w /CO's):
Reasons for change orders:
Completion Date:
Contact: Telephone No.:
Project Architect: Telephone No.:
Moman Architects, Inc 9 City of Round Rock CM/RFP
Exhibit C- Fee Proposal
I.
Lump sum fee for Design and Bid/Award Phase services including professional fees, estimating
and personnel cost, to include but not be limited to:
A. Provide a preliminary evaluation of the Owner's program and Project budget requirements.
B. With the Architect, jointly schedule and attend regular meetings with the Owner and
Architect
C. Consult with the Owner and Architect regarding site use and improvements, and the selection
of materials, building systems and equipment
D. Provide recommendations on construction feasibility, time requirements for procurement,
installation and construction completion and factors related to construction cost including
estimates of alternative designs or materials, preliminary budgets and possible economics.
E. Prepare, and periodically update, a preliminary Project schedule for the Architect's review
and the Owner's approval. Coordinate and integrate the schedule with the services and
activities of the Owner, Architect, and Construction Manager.
F. I mepare for the review of the Architect and approval of the Owner a preliminary cost estimate
utilizing area, volume or similar conceptual estimating techniques.
G. When Schematic Design Documents have been prepared, prepare for the review of the
Architect and approval of the Owner, a detailed estimate with supporting data; periodically
update and refine this estimate. If any estimate submitted to the Owner exceeds previously
approved estimates or the Owner's budget, the Construction Manager shall make appropriate
recommendations.
H. Seek to develop subcontractor interest in the Project and famish to the Owner and Architect
for their information a list of possible subcontractors.
I. Recommend to the Owner and Architect a schedule for procurement of long -lead time items
and expedite the delivery of long -lead items.
J.
When the Drawings & Specifications are complete, propose a detailed Guaranteed Maximum
Price, which provides for further development of the Drawings and Specifications
R. Fees for all Construction Phase services, to include but not to be limited to:
A. All Construction Management/Contractor Services stated as a percentage of construction cost.
B. All General Conditions that can reasonably be anticipated for this project, including but not
limited to: full -time site supervision; field engllneering; field office; safety; small tools; ice
water and cups; telephone and fax service; storage buildings; sanitary facilities; waste
containers; temporary electrical power, temporary water; project sign; barricades and lights;
temporary fencing; general clean -up; as -built drawings; and scheduling. (Note: building
permits and tap fees shall be obtained by the construction manager and paid for by the City).
The above stated as itemized units costs per month of construction.
C. All insurance & bonding including, but not limited to: Builder's risk Insurance for the cost of
the work; Owner's Protective/O.C.P. Insurance for the cost of the work; General Liability and
Umbrella Insurance for the cost of the work; Bond Premium for the cost of the work (100%
performance and payment bonds.) The above stated as a percentage of construction cost
Moman Architects, Inc 10 City of Round Rock CMBFP
III. Hard Cost Construction savings split.
The foregoing is true and correct. The City of Round Rock, or any unauthorized representative of the Parks
and Recreation Department, is authorized by the undersigned to contact any firm, institution, or person
listed above to obtain information about out firm's services, financial condition, and any other infomration
which the City of Round Rock might determine as being desirable.
Offeror:
By:
(signature)
(printed name)
Title
Moman Architects, Inc 11 City of Round Rock CM/RFP
PROJECT SCOPE
1. Concession/Storage and Toilet Facilities with approximately 1,360 square feet.
Estimate of probable construction cost: $160,000
2. Toilet Facility with approximately 642 square feet
Estimate of probably construction cost: $100,000
Total Estimate of Probable Construction Cost: $260,000
Moman Architects, Inc 12 City of Round Rock CM/RFP
.. t1 ■I111111111111111UIthIIHHliiIn
lv IC
win IRS ake M UM ME west
NEE eF4R EH MIME �R
old Imes Re :n IRA
e ®a ®r Ial NMEl �
N IReem� :�> ®� oefls� w�EesEe!
EN �me;e�ea
IIE I.94ENIi I ®1R INISE iAi9 ®i.1 �3ii iRR9 9�l
�®l�f�eei�ffi1e3�9�{EEIRBENIEENNEINEN I FY7 iYl�ls�lsi
oman Architects, Inc
FRAMING SECTION
NORTH ELEVATION
❑°
a 1
City of Round Rock CM /RFP
)man Architects, Inc
PLAN
NEN
LEVATION
uHr vei %WNW 1,11511
MID sr saw+
VIII® ®EWE ®1®11
®1®1111111®1i1li®1119111
fi111121211111151111111111MX1111,
BEIESEEMENNIMENIONNICII
IMIl1ENI®111111®1H® ®1
11 ®'it1111®11i11151em11111
ST AMONG SUM NClN
ROOr
1.11.11,155 1,1
MEDD rmo ixsecr
SCION BEANO
5117 1, 0.41.1
City of Round Rock CMIRFP
ADDENDUM NO. 1
05/27/2003
To all interested parties on the Work entitled:
City of Round Rock Soccer Feld Facilities
REQUEST FOR SEALED PROPOSALS FOR
CONSTRUCTION MANAGER AT -RISK SERVICES
This Addendum shall be considered part of the Request for Seated Proposal due
05/27/2003 for the above - mentioned project as though it had been issued at the same
time and incorporated integrally therewith. Where provisions of the following
supplementary data differ from those of the original RFSP, this Addendum shall govern
and take precedence.
Bidders are hereby notified that they shall make necessary adjustments in their response
to this REP on account of this Addendum. It will be construed that each bidder's
proposal is submitted with full knowledge of all modifications and supplemental data
specified therein.
I . I CHANGE the scoring criteria as follows:
MAX SCORE RANGE
Deleted
Reputation/ References 15
Company's experience & past performance 20
Experience in public funded facilities
Experience in projects of similar scope
Project history (completion, cost control, safety record)
History of litigation or bankruptcy
Proposed personnel and methodology 10
Staff qualifications
Proposed subcontractors
Understanding of project/ project approach
Suitability of the Company's services 15
Current workload
Stability/ years in business
Proximity to site
Size of this project to past work
Past relationship with the Design Team .10
Proposed Fee 10
Ability to Meet Schedule 20
ITEM
TOTAL 100
1 .2 ADD Exhibit "D" as follows:
Addendum #1
Page 2
Exhibit D- Ability to Meet Schedule
1. Demonstrate your ability to meet the proposed schedule assuming a start date of June 16,
2003 and a date of September 1, 2003 for Substantial Completion for the completion of the
Concession/Storage & Toilet and the Toilet Facilities. The wastewater extension work will
be under separate contract and is not to be considered part of this scope of work.
A. Provide a preliminary schedule identifying critical path and long lead items.
B. Provide critical dates for decisions needed, submittal returns and other items
necessary to meet this schedule.
C. Provide additional information to support your ability to meet this schedule.
END Of ADDENDUM NO. 1
M:\Prjeds- 2003\031 10- OOVProject Ries\ BiddingWddendum Wddendum#1- 052703.dac