|
COUNCIL ACTION: Approved on 12/12/2017 |
|
DATE: |
12/12/2017 |
REFERENCE NO.: |
C-28518 |
LOG NAME: |
21PARD CONSOLIDATED SERVICE CENTER CMAR SERVICES |
CODE: |
C |
TYPE: |
NON-CONSENT |
PUBLIC HEARING: |
NO |
SUBJECT: |
Authorize Execution of Construction Manager at Risk Construction Contract with Thomas S. Byrne d/b/a Byrne Construction Services, with a Construction Services Fee of 3.57 Percent of the Construction and General Conditions Costs Within a Construction Contract Budget Amount of $7,801,234.00 Inclusive of a 7.5 Percent Owner's Allowance for Additional Construction Services for the New Park and Recreation Department Consolidated Service Center Located at Greenbrier Park, 5199 James Avenue (COUNCIL DISTRICT 9) |
|
RECOMMENDATION: |
It is recommended that the City Council authorize execution of a Construction Manager at Risk Construction Contract with Thomas S. Byrne d/b/a Byrne Construction Services, with a Construction Services Fee of 3.57 percent of the construction and general conditions costs within a construction contract budget amount of $7,801,234.00 inclusive of a 7.5 percent owner's allowance for additional construction services for the new Park and Recreation Department Consolidated Service Center located at Greenbrier Park, 5199 James Avenue. |
|
DISCUSSION: |
The Park and Recreation Department's (PARD) Crestline Service Center will be displaced as a result of the use of approximately three acres of Trinity Park and the Fort Worth Botanic Garden for the dedication of public road rights-of-way for the construction of the extension of Trail Drive and Van Zandt Lane Mayor and Council Communication (M&C L-16073). These PARD facilities will be replaced and located adjacent to other PARD service facilities currently located at Greenbrier Park, 5199 James Avenue. These and other improvements currently proposed in the 2018 Bond Program will consolidate the various service centers providing improved efficiency and management. Design of the new service center was authorized on June 20, 2017 with M&C C-28283. It was determined that engaging a construction contractor early on this project to assist with the design and cost estimating would be beneficial. A requested for Statement of Qualifications (SOQ) for Construction Manager at Risk (CMAR) contractors was advertised in the Fort Worth Star-Telegram on June 15th and 20th, 2017. The City received SOQs from 11 offerors, listed below: Balfour Beatty Construction Byrne Construction Services FPI Builders Inc. Haydon Building Corp Imperial Construction, Inc. Joeris General Contractors, Ltd. Muckleroy & Falls Pogue Construction Co., LP Sedalco, Inc. Steele & Freeman, Inc. W.B. Kibler Construction Co., Ltd.
A selection team, comprised of representatives of Park and Recreation Department, Property Management Department and the Office of Business Diversity, reviewed the SOQs. After individual review and consideration, the selection team met to review a detailed comparison of the published criteria, including cost of services, references and CMAR experience, similar project types and MBE commitment and plan. After this discussion, scores were tabulated and the team recommends award of the CMAR construction contract to Thomas S. Byrne, Inc., d/b/a Byrne Construction Services.
Contractor | Proposed Fees | MBE Goal & Utilization Plan | References & Experience | Past Relationship with City | TOTAL | Thomas S. Byrne, Inc. d/b/a Byrne Construction Services | 52 | 7.0 | 25 | 7 | 91.0 | Ridgemont Commercial Construction | 52 | 6.5 | 25 | 7 | 90.5 | AUI Partners, LLC | 54 | 6.5 | 24 | 5 | 89.5 | FPI Builders, LLC | 54 | 5.0 | 22 | 7 | 88.0 | Sedalco, Inc. | 55 | 6.5 | 20 | 6 | 87.5 | Steele & Freeman, Inc. | 54 | 5.0 | 17 | 5 | 81.0 | Schwob Building Co., LTD | 53 | 5.5 | 15 | 5 | 78.5 | Muckleroy & Falls | 54 | 5.5 | 12 | 6 | 77.5 | Speed Fab-Crete Corp. | 51 | 5.0 | 15 | 5 | 76.0 | Azteca Enterprises, Inc. | 53 | 7.0 | 5 | 5 | 70.0 | Key Construction TX, LLC | 54 | 1.0 | 5 | 5 | 65.0 | Dennett Construction | 50 | 1.0 | 5 | 6 | 62.0 |
Estimated Costs:
Construction - Byrne Construction Services is in the process of establishing a Guaranteed Maximum Price (GMP) for the construction of the new Consolidated Service Center. Once presented and accepted by staff, the contract will be amended to incorporate the GMP. A Pre-Construction Services contract was administratively awarded to Byrne Construction Services in the amount of $18,500.00. The estimated project costs for the new Consolidated Service Center are as follows: DESCRIPTION | PROJECT COST | Design | $ 975,600.00 | Project Management, Platting, Testing, Surveying, Utilities, etc. | $ 32,400.00 | Design Sub Total | $ 1,008,000.00 | Construction Contract Budget including 3.57 percent CMAR Fee and 7.5 percent Owner's Allowance | $ 7,801,234.00 | Site Utilities, IT, Security, FFE, Materials Testing, Project Management, Contingency, etc. | $ 1,172,266.00 | Construction Sub Total | $ 8,973,500.00 | PROJECT TOTAL | $ 10,000,000.00 |
Thomas S. Byrne, Inc., d/b/a Byrne Construction Services is in compliance with the City's BDE Ordinance by committing to 30 percent MBE participation on this CMAR project. The City's MBE goal on this CMAR project is 17 percent. Additionally, Thomas S. Byrne Inc., d/b/a Byrne Construction Services is a certified M/WBE contractor. In accordance with the City Code, City of Fort Worth Building and Trade Permit fees are waived.
The PARD Service Center is located in COUNCIL DISTRICT 9.
|
|
FISCAL INFORMATION/CERTIFICATION: |
The Director of Finance certifies that upon approval of the above recommendation, funds will be available in the current capital budget, as appropriated of the Tax Note 2017 Fund. (Park and Recreation Department Maintenance Facility Relocation Project; City Project No. 101010). |
TO
|
|
Fund |
Department ID |
Account |
Project ID |
Program |
Activity |
Budget Year |
Reference # (Chartfield 2) |
Amount |
|
FROM
|
|
Fund |
Department ID |
Account |
Project ID |
Program |
Activity |
Budget Year |
Reference # (Chartfield 2) |
Amount |
|
|
Submitted for City Manager's Office by: |
|
Originating Department Head: |
|
Additional Information Contact: |
|
|
|