Electronic State Business Daily Search


Sign in is NOT required.
For instructions on submitting bid responses, please review the posting entity’s solicitation and attached bid documents.


Professional A/E Services for North Austin Complex, Phase 2

Solicitation ID: 303-1-01592

Status: Awarded

Contact Name: james.gonzalez@tfc.state.tx.us

Contact Number: 512-936-0647

Contact Email: james.gonzalez@tfc.state.tx.us

Response Due Time: 3:00 PM

Agency/Texas SmartBuy Member Number: 303

Days Solicited: 21+ Days for Solicitation Notice

Solicitation Posting Date: 6/1/2021

Response Due Date: 7/8/2021

Last Modified: 10/21/2021 1:39 pm

Solicitation Description:


SCOPE:  In accordance with the provisions of Texas Government Code, Chapter 2254, Subchapter A, Professional Services, and Rules and Procedures adopted by the Texas Facilities Commission (TFC), TFC is requesting submittal of qualifications to provide prime professional architectural/engineering (A/E) services for Project #20-027-8061 for execution and completion of Phase II of the North Austin Complex for one new six[1]level office building, one new multi-level parking structure, and related utility infrastructure and landscaping at the North Austin Complex in Austin Texas, as described further in the project description below

CONTRACT TERM: It is the intention of TFC to award a Contract for full prime professional architectural/engineering (A/E) services for the term of the project. Services undertaken pursuant to this RFQ will be required to commence within fourteen (14) calendar days of delivery of a Notice to Proceed. The Project associated with the services requested in this solicitation is anticipated to be sixty (60) months.

PROJECT DESCRIPTION:  Phase Two of the plan to be comprised of an approximate 302,000 gross square foot building on the existing John H. Winters Campus in the vicinity of 51st street and Lamar Blvd. and a parking structure with approximately 2,000 parking spaces. More specifically, the “Project” is comprised of: i) New State Office Building – approximate six (6) level office building, totaling 302,000 gross square feet (GSF) located along the west edge of the John H Williams campus. Structure to be south of 51st street in the vicinity of the intersection of W. Guadalupe and Lamar Blvd. ii) New Multi-level Parking structure – six (6) level above grade parking structure accommodating 2000 parking spaces. Approximate location to be on the east side of the John H Winters campus on the west side of Guadalupe street within the existing surface parking. iii) Connection to existing Central Utility Plant located in the garage of Phase I and expansion of plant equipment to accommodate Phase II.

STATEMENT OF WORK

Based on the Preliminary Master Plan for the North Austin Complex, the A/E will be required to coordinate with the SSE firm separately hired by TFC and provide full design, comprehensive construction documentation, construction award, and construction administration services, throughout the entire duration of the project.

A/E services shall include, but not be limited to, the following:

 a) Limited Master Planning services, preliminary budgeting and scheduling, space programming, schematic design, design development, construction documents, construction administration, project oversight. This would include all other services necessary and or reasonably inferable or as further described in Attachment D, A/E Service Contract Template. Note that work may be broken up into separate packages, potentially site utilities, shell and finish out or garage and tower.

b) Submit milestone based intermediate reports, documentation and estimated budgets as outlined in the A/E contract for each portion of the project.

c) Attend and participate in meetings with CMR, TFC and agency stakeholders as well as coordination meetings with city departments as required.

d) Detailed on-site investigations, review of existing documents and coordination with the SSE for utility infrastructure requirements.

e) Planning services to include coordination to accommodate environmental issues that may be found as part of the SSE scope.

f) Review and use geotechnical reports and soil investigations, performed by the SSE, for incorporation into the design of foundation and structural systems.

g) Review all applicable documentation provided by the SSE and coordination with the City and utility providers as required to size and design the electrical, water, storm and building utility load requirements for this development. This includes utility sizing for future phases and a central physical plant for the complex.

h) Detailed design and documentation of construction drawings and specifications.

i) Conduct a full building code analysis and report including design considerations to maximize energy and water conservation per SECO energy efficiency and water conservation standards for new construction. The study will evaluate utilizing alternative energy design to determine if they are economically feasible. Building design to incorporate LEED design elements but not require LEED certification.

j) Provide a preliminary list of necessary testing and inspections to be provided to the Owner including, but not limited to, accessibility, commissioning, testing and balancing, environmental, and construction materials testing.

k) Assist in the evaluation, interview, and selection of the Construction Manager-at-Risk (CMR).

l) Collaborate with CMR in the preparation of separate bid packages for potential phasing of construction.

m) Collaborate with CMR in developing or adjusting scope of work to match available funding.

n) Conduct public relations outreach and presentations to neighborhood groups at appropriate milestones.

o) Research, evaluate, and present to the Owner any energy conservation strategies and alternatives for consideration, including the availability of rebates from the local utility. If rebates are available, coordinate with the local utility to complete all necessary documentation to accomplish rebates.

p) Submit applicable drawings and project registration documentation to the Texas Dept. of Licensing & Regulation as required for all portions of the project or applicable bid packages.

q) Coordinate with third party commissioning agent throughout design and construction administration. r) Coordinate with third party Project Controls group throughout design and construction administration.

s) Assist CMR during subcontractor solicitation for development of Guaranteed Maximum Price.

t) Conduct Construction Administration per AE contract requirements.

u) Provide BIM management throughout the project.

v) Conduct warranty management, and project closeout

MANDATORY PRE-SUBMITTAL TELECONFERENCES: The mandatory pre-submittal conferences will be held on Tuesday, June 15, 2021, 9:00 AM and Wednesday, June 16, 2021, 9:00 AM. Pre-registration is required to participate in the teleconference. Respondents must have an employee of their firm attend at least one (1) of the two (2) scheduled pre-submittal teleconferences. TFC shall reject submittals submitted by firms that did not attend one of the mandatory pre-submittal conferences.

TFC is using the eProcurement system Bonfire.  Respondents must register for a Bonfire account (No Charge) to submit a response.  Respondents must submit their responses/submittals at the following link: https://tfcstate.bonfirehub.com/opportunities/45369

 

EVENT

DATE

 

 

 

 

Issue RFQ

6/01/2021

 

Mandatory Pre-Submittal Conference

6/15/2021

Tuesday, 9:00 AM

(OR)

 

 

Mandatory Pre-Submittal Conference

6/15/2021

Tuesday, 3:30 PM

Deadline for Submission of Questions

6/22/2021

 

Deadline for Submission of Qualifications & HSP

7/08/2021

Thursday @ 3:00 PM

Notification to Interview

7/16/2021

 

 


If Interviews are NOT required by TFC

 

Award by Commission

8/19/2021

Execute Contract

9/13/2021

If Interviews are required by TFC

 

Interviews of short listed firms

7/27/2021

Award by Commission

8/19/2021

Execute Contract

9/13/2021










Class/Item Code(s): 90608-Automation
Controls
Instrumentation - Architectural Services
90610-Buildings - Architectural Design
90628-Energy Conservation
New Energy Sources (Solar, Etc.) - Architectural Services
90644-Heating
Ventilating
Air Conditioning - Architectural Services
90652-Interior Design, Space Planning, And Exhibits/Displays
90654-Irrigation
Drainage
Flood Control - Architectural
90656-Landscape Architecture
90657-Land Development And Planning - Architectural
90658-Lighting (Interior, Exterior) - Architectural Services
90666-Planning, Site (Installation And Project)
90678-Security Systems
Intruder And Smoke Detection - Architectural
90738-Drafting Services
92517-Civil Engineering
92533-Engineer Services, Professional
92536-Engineering Services (Not Otherwise Classified)
92539-Fire Protection Engineering
92542-Foundation Engineering
92556-Inspecting, Structural/Engineering
92567-Mechanical Engineering
92588-Structural Engineering


Contractor Name Mailing Address Value Per Contractor Contractor Hub Status Award Date Award Status
Perkins & Will, Inc. 310 Comal St., Suite 100 Austin, TX 78702 8665729 NOT HUB CERTIFIED 10/21/2021 Full Award