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 Space Planning and Interior Renovation for the LBJ Bldg. in Austin, TX

Solicitation ID: 303-0-00672

Status: Awarded

Response Due Time: 03:00 AM

Agency/Texas SmartBuy Member Number: 303

Days Solicited: 21+ Days for Solicitation Notice

Solicitation Posting Date: 12/2/2019

Response Due Date: 1/21/2020

Last Modified: 2/20/2020 4:32 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 #20-002-5094, Lyndon B. Johnson State Office Building Multiple Floor renovation for space planning, furniture, architectural, mechanical, electrical, plumbing, and fire protection systems for complete renovation and interior build out of three floors of the LBJ building located at 111 E. 17th Street, Austin, TX 78701.

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 Seven Hundred Thirty (730) calendar days.

PROJECT DESCRIPTION

The Lyndon B. Johnson State Office Building is an eleven story office building located in the State of Texas Capitol Complex in Austin, Texas. The building is currently occupied by a single state agency that is in need of expansion. The renovation is expected to be phased one floor at a time with a total of three floors and include but not limited to Architectural, MEP and Fire Protection. The main air handler on each of these floors has recently been replaced.

Programming and space planning of each floor is expected to be similar to the previously renovated floors and will be determined and approved by the tenant. Upon approval of each floor plan, the A/E firm will be required to provide space planning to meet the agency’s needs, and upon approval, produce construction documents used for bidding by the Construction Manager-at-Risk (CMR) for the construction of the renovations to these floors. Each floor will have approximately one hundred fifty modular work stations in an open environment.

Approximate cost of construction for the aforementioned list of projects is estimated to be ten million dollars ($10,000,000).

SCOPE OF SERVICES

Provide professional A/E services for space planning, design, and construction administration to meet the project requirements. Upon approval of the program and space plan, including furniture layout, the A/E will provide professional services for Architectural, Furniture, Mechanical, Plumbing, Electrical and Fire Protection systems to complete three floors of interior build out renovation. The A/E will also assist with Construction Manager at Risk (CMR) selection. TFC will enter into a contract with the selected A/E to provide space planning, schematic design, design development and construction documents for bidding by the CMR. The A/E will also provide construction administration services during construction.

  • Phase 1: Architectural and Engineering scope of services shall include, but not be limited to, the following:
    • Detailed on-site investigations, review of existing documents, verify and validate items in existing deficiencies list requested for correction. Deficiency list will be provided to the final selected firm.
    • A list of necessary testing and inspections to be provided to Owner including, but not limited to, ADA, Commissioning, Testing and Balancing, Environmental, and Construction Materials testing.
    • Assistance in evaluation and interview of General Contractor/Construction Manager-at-Risk selection.
    • Assistance to Construction Manager-at-Risk to prepare order-of-magnitude cost estimates for correction of deficiencies by repair or replacement as recommended by the A/E.
    • Assistance in developing priorities for adjusting scope of work to match available funding.
    • 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.
    • Presentation of findings to Owner for review and approval. Upon acceptance of Phase 1 findings, and authorization by Owner, proceed with Phase 2.
  • Phase 2: Architecture and Engineering scope of services shall include, but not be limited to, the following:
    • Detailed design and documentation of construction plans and specifications.
    • Provide the Owner with a list of items to be tested and/or inspected including, but not limited to, ADA, Commissioning, Testing and Balancing, Environmental, and Construction Materials testing.
    • Coordinate with third party commissioning agent throughout design and construction administration.
    • Assist with Contractor selection/Construction Manager-at-Risk during subcontractor solicitation for development of Guaranteed Maximum Price.
    • Construction Administration.
    • Warranty management.
    • Project closeout.

A/E services shall be offered with the understanding of full compliance with non-discrimination requirements of the State of Texas by the A/E.

MANDATORY PRE-SUBMITTAL CONFERENCE: The mandatory pre-submittal conferences are scheduled for Tuesday, 12/17/2019 @ 10:00 AM, and Wednesday 12/18/2019 @ 10:00 PM. The location of the pre-submittal conferences is the Central Services Building, 1711 San Jacinto Blvd., Austin. Check-in with the Receptionist on the fourth floor. Respondents must have an employee of their firm attend at least one (1) of the two (2) scheduled pre-submittal conferences. TFC shall reject submittals submitted by firms that did not attend one of the mandatory pre-submittal conferences.

SCHEDULE OF EVENTS: TFC reserves the right to change the dates shown below.
EVENT DATE
Issue RFQ - 12/02/2019
Mandatory Pre-Submittal Conference - 12/17/2019 Tuesday @ 10:00 AM
(OR)
Mandatory Pre-Submittal Conference - 12/18/2019 Wednesday @ 10:00 AM
Deadline for Submission of Questions - 1/07/2020
Deadline for Submission of Qualifications & HSP - 1/21/2020 Tuesday @ 3:00 PM
Notification to Interview - 1/24/2020

If Interviews are NOT required by TFC
Award by Commission - 02/20/2020
Execute Contract - 03/02/2020

If Interviews are required by TFC
Interviews of short-listed firms - 1/29/2020
Award by Commission - 02/20/2020
Execute Contract - 03/02/2020

Class/Item Code(s): 90644-Heating
Ventilating
Air Conditioning - Architectural Services
90652-Interior Design, Space Planning, And Exhibits/Displays
90658-Lighting (Interior, Exterior) - Architectural Services
90666-Planning, Site (Installation And Project)
90678-Security Systems
Intruder And Smoke Detection - Architectural
90738-Drafting Services
91825-Compliance Consulting, American Disabilities Act (Ada)
92533-Engineer Services, Professional
92536-Engineering Services (Not Otherwise Classified)
92542-Foundation Engineering
92556-Inspecting, Structural/Engineering
92567-Mechanical Engineering
92588-Structural Engineering
96618-Copying Services (Reproduction)


Contractor Name Mailing Address Value Per Contractor Contractor Hub Status Award Date Award Status
M. Arthur Gensler, Jr. & Associates 212 Lavaca Street, Suite 390 Austin, TX 78701 1433216 NOT HUB CERTIFIED 2/20/2020 Full Award