Loading...
HomeMy WebLinkAboutItem 06 - Community Activities Center CC ITEM #6 MEMO TO: HONORABLE MAYORAND MEMBERS OF THE CITY COUNCIL FROM: BRUNO RUMBELOW, CITY MANAGER MEETING DATE: MARCH 19, 2013 SUBJECT: APPROVAL FOR AWARD OF RFQ#401-2013 CONSTRUCTION MANAGER AT RISK PRECONSTRUCTION SERVICES AGREEMENT FOR THE COMMUNITY ACTIVITIES CENTER EXPANSION RECOMMENDATION: City Council to consider approval of an agreement with of son & Peterson Construction (AP) for RFQ #410-2013 Construction Manager at Risk preconstruction services o f t he renovation and expansion of the Community Activities Center(CAC)and central utility plant for CAC and Library. FUNDING SOURCE: Funding fort is purchase is currently available in account 176-48840-009-CACDES-GO (Council Quality of Life Fund/Professional Services/Parks and Recreation 2013 Projects) fort amount not to exceed $65,000. BACKGROUND INFORMATION: Tea ree ent is fort e preconstruction phase services fort a expansion and renovation of the CAC, central utility plant for Library and CAC, connector roads, parking lot, and landscape. On January 17, 2013, the Purchasing division utilized the City's E-Bid system for a RFQ for Construction Manager-at-Risk fart CAC project. A total of 148 firms were notifi ed with 28 firms viewing the RFQ and eight firms submitting no-bids. Fifteen firms submitted RFQ's is were due on February 15, 2013. Seven city staff members from City Manager's office, Public Works Department and the Parks & Recreation Department made up the interview team. The interview team studied each of the proposals submitted and each team member voted on their to firms to interview. The interview team then meta ain to select the top 5 firms to interview. The interview team rated the consulting firms on qualifications of firm, experience, resources to perform project, responsiveness to the RFQ, quality, professional references, cost control, and financial capacity. All five teams presented numerous recreation facilities that they have built. At the end of the interviews, the interview team discussed the strengths and weaknesses of each firm and then ranked the based on the criteria 3/13/2013(4:00:29 PM) CC ITEM #6 listed in the RFQ. Adolfson & Peterson Construction(AP), ranked highest amongst the five firms. The seven member evaluation committee selected Adolfson &Peterson Construction(AP). Staff successfully negotiated an agreement dated March 12, 2013 for preconstruction services with AP for the CAC project. The proposed agreement is for$65,000. A copy of the proposed agreement is attached for review. DE/BS 3/13/2013(4:00:29 PM) CC ITEM #6 Adofton &ftbmn constfuedw ARIZONA K COLORADO 4 NORT14 CAROtINA 0, MINNESOTA 6 TEXAS IS WASHINGTON March 12, 2013 Mr. Bruno Rumbelow City Manager City of Grapevine 200 S Main Street Grapevine,TX 76051 RE: CMAR RFQ#401-2013 Community Activities Center Expansion Preconstruction Agreement Dear Mr. Rum below: We appreciate the opportunity to provide you with our pre construction services proposal as part of the complete construction associated with the new Community Activities Center Expansion and related Municipal Complex renovations.Our approach to the City of Grapevine is a two-step pre-construction and construction process to define,validate and confirm the complete scope of work followed by permitting,construction,commissioning and start-up of the phased Community Activities Center Expansion project. Preconstruction Phase Services In order to develop a complete scope of work,we propose the following services: • Review of existing site conditions and attend City of Grapevine meetings as required • Construction phasing and project logistics analysis and development • Municipal Complex, Library, CAC Building renovation analysis including adjacent site, roads,parking lot and building systems(Pleases attached CAC site development plan) • Existing site and infrastructure analysis • Mechanical Electrical and Plumbing existing conditions and proposed options analysis • Constructability of building systems,aquatic area components and specifications review • Master schedule development of final design, permitting,construction and phasing • Initial budgeting at schematic drawings(SO) • Budget updates at ® Design development(DD) * 50%construction documents(CD) * 75%construction documents(CD) • Coordination with Barker Rinker Seacat Architecture(BRS)for a phased construction procurement • Development of alternative cost applications at each budget update(Open Items List) • Final construction documents and bid document preparation and coordination with BRS for architecture,site, structural and MEP systems • Advertising,soliciting and bidding of construction trade packages to local and regional qualified subcontractors • Development of the final GMP • Approval of the G contract amount, release of long lead building systems and early release packages Schedule We are available immediately to begin the preconstruction phase services and anticipate up to an eight(8)month duration to complete. Construction phase services would commence upon approval of early G packages.As we develop the scope further we will seek methods to accelerate these schedules. 1900 Firman Drive,Suite 700 14 Richardson,Tema 75081 (972)387-1700 a Fax- (972)387-1087 a wv^v.a-p.corn CC ITEM #6 Fees For the preoonstruction services,we will provide a complete team led by our experienced Chief Estimator,Granger Hassmann.The team will also include operations,estimating,scheduling personnel. MEP analysis and coordination including constructability analysis will be performed during the preconstruction phase services. As part of our thorough and proactive project leadership we propose a Sixty-Five Thousand dollar($65,000.00)fee which shall be billed on a percent completed basis as follows: Programmatic budget analysis $5,000 MEP/Central Utility Plant Options/Analysis $13,000 SID budget analysis $10,000 DD budget analysis $12,000 50%CD budget analysis $15,000 75%CD budget analysis $10,000 Construction Phase Services The construction phase services contract will be based on the AIA family of documents,with Adolfson&Peterson Construction. We propose use of the AIA 133-2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor,and the AIA 201-2007, General Conditions for the Contract of Construction. We look forward to delivering a facility that meets the highest quality standards,and will make every effort to be a community partner to The City of Grapevine. Please feel free to contact Charlie Buescher or myself if you have any questions. Sincerely, ADOLFSON&PETERSON CONSTRUCTION CITY OF GRAPEVINE 01 Corbett R. Nichter Bruno Rumbelow Senior Vice President City Manager �9 of W N '1�1 c-f a r'r. fl l Big J g r3 �� CD x f v ffi � 0 a • w '� Y � n x aaa LU � Iq tit! x i t t ix r� _ZO ell ui } M gg x4 ,aja P ;^�?�d'�c�=✓f p �' �.F �'�'�sn r f��rsr,,.�*�i`",�,.xt?Ffr ztcs r� t h�f � �" '� '.,"' ,y txa; s § ':�,� s r, wew .'.' 9 f ffi