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.


AE Services for Deferred Maintenance for DSHS Multiple Bldgs.

Solicitation ID: 303-0-00843

Status: Awarded

Response Due Time: 3:00 PM

Agency/Texas SmartBuy Member Number: 303

Days Solicited: 21+ Days for Solicitation Notice

Solicitation Posting Date: 2/10/2020

Response Due Date: 3/11/2020

Last Modified: 6/18/2020 3:15 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 #20-013-5485, Professional A/E services for Deferred Maintenance for DSHS Multiple Building Project, located on the DSHS Campus, 100 West 49th St., Austin, TX.

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 ten (10) calendar days of delivery of a Notice to Proceed. The Project associated with the services requested in this solicitation is anticipated to be one thousand ninety-five (1095) calendar days.

 

PROJECT DESCRIPTION

This jointly funded TFC Deferred Maintenance (DM) and Department of State Health Services (DSHS) project will address MEP systems renovation/repairs, equipment replacement and new installations at the DBGL Laboratory Building in Austin, Texas. It will also address building envelope water intrusion, roof replacement, site drainage and sitework improvements to surrounding campus buildings including, but not be limited to Building F, Building K, Robert Bernstein Building (RBB), Dept. Health New Plant (DHNP) and Hazardous Material Storage Building (DHH).

Approximate cost of construction for the aforementioned list of projects is estimated to be $34,035,750.00.

 

SCOPE OF SERVICES

A/E The AE Scope of Service includes, but is not limited to, the assessment, cost estimation, design, specification, documentation and construction administration required for the remediation of deferred maintenance work items described herein as the Work.

·         The Work, in and around DBGL, consists of  replacing Roof AHU’s, Roof LEU’s, , pumps, variable frequency drives, chilled and condenser water distribution systems, air distribution systems, building controls, equipment controls, plumbing systems, electrical power systems, building security systems, building exterior water infiltration, waterproofing/weatherproofing, storm water drainage within DBGL vicinity, site landscape within DBGL vicinity, access/egress improvements and other necessary incidental scopes of work related to or made necessary by the execution of the aforementioned building deficiencies.

·         The Work, in and around DHNP, consists of replacing the cooling towers, new chiller, new boiler, new DA tanks, pumps, variable frequency drives, chilled and condenser water distribution systems, air distribution systems, building controls, equipment controls, plumbing systems, new DBGL/DHNP generator, new switchgear lineup, electrical power systems, storm water drainage within DHNP vicinity, site landscape within DHNP vicinity, access/egress improvements and other necessary incidental scopes of work related to or made necessary by the execution of the aforementioned building deficiencies.

·         The Work, in and around Hazardous Material Storage Building (DHH), consists of decontaminating and demolition of old DHH structure and systems and constructing new facility near DBGL including storm water drainage within DHH vicinity, site landscape within DHH vicinity, access/egress improvements and other necessary incidental scopes of work related to or made necessary by the execution of the aforementioned building deficiencies.

·         The Work, in and around Buildings F, K and RBB, consists of re-roofing these buildings.

 

Phase 1: Architecture 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 Contactor/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. </li>

 

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 Construction Manager-at-Risk during subcontractor solicitation for development of Guaranteed Maximum Price.

-          Construction Administration.  Project requires frequent site visits during all phases of design services and construction administration including shutdowns, Progress and Owner Meetings, answering RFI’s, reviewing PCO’s, issuing ITC’s or equivalent instruction to CMR.

-          Provide the Owner with a list of newly installed equipment.  Information to include, but not limited to, name of equipment, start-up date, locations, brand name, model number, and serial number

-          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 Wednesday 2/26/2020 @ 10:00 AM, and Friday 2/28/2019 @ 10:00 AM.  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. </P>

 

SCHEDULE OF EVENTS:TFC reserves the right to change the dates shown below.

EVENT                                                                   DATE

Issue RFQ -                                                          2/10/2020

Mandatory Pre-Submittal Conference - 2/26/2020            Wednesday @ 10:00 AM

(OR)

Mandatory Pre-Submittal Conference - 2/28/2020            Friday @ 10:00 AM

Deadline for Submission of Questions -   3/04/2020

Deadline for Submission of Qualifications & HSP - 3/11/2020         Wednesday @ 3:00 PM

Notification to Interview -                            3/16/2020

 

If Interviews are NOT required by TFC

Award by Commission -                                 04/16/2020

Execute Contract -                                           05/04/2020

 

If Interviews are required by TFC

Interviews of short-listed firms -                3/24/2020

Award by Commission -                                 04/16/2020

Execute Contract -                                           05/04/2020


Class/Item Code(s): 90600-Architectural Services, Professional
90608-Automation
Controls
Instrumentation - Architectural Services
90610-Buildings - Architectural Design
90616-Chemical Processing And Storage - Architectural
90638-General Construction - Architectural
90644-Heating
Ventilating
Air Conditioning - Architectural Services
90654-Irrigation
Drainage
Flood Control - Architectural
90656-Landscape Architecture
90666-Planning, Site (Installation And Project)
90678-Security Systems
Intruder And Smoke Detection - Architectural
91825-Compliance Consulting, American Disabilities Act (Ada)
92517-Civil Engineering
92533-Engineer Services, Professional
92536-Engineering Services (Not Otherwise Classified)
92542-Foundation Engineering
92567-Mechanical Engineering
92581-Roofing, Engineering
92588-Structural Engineering
92595-Utilities (Gas, Steam, Electric)/Engineering


Contractor Name Mailing Address Value Per Contractor Contractor Hub Status Award Date Award Status
Tom Green and Company Engineers, Inc. 3701 Executive Center Dr., Suite 258 5530000 NOT HUB CERTIFIED 6/18/2020 Full Award