Loading...
Exhibit 1 - Agenda Information SheetCity of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement & Compliance ACM: David Gaines DATE: December 14, 2021 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a Construction Manager At Risk contract with McCarthy Building Companies, Inc., for pre-construction services of Southeast Denton Package – B Improvements for the Capital Projects Department; providing for the expenditure of funds therefor; and providing an effective date (RFQ 7714 – CMAR awarded to McCarthy Building Companies, Inc., in the not-to-exceed amount of $174,955.00 for pre-construction services). INFORMATION/BACKGROUND The Southeast Denton Neighborhood contains 71 street segments that will be reconstructed as part of the 2019 Street Reconstruction Bond. Along with the full reconstruction of the identified street segments, the project also includes the replacement of aging utility infrastructure, enhanced sidewalk connectivity, and various street lighting upgrades. The Southeast Denton Neighborhood is the first neighborhood that will be delivered as part of the 2019 Street Reconstruction Bond using the City’s new, more holistic approach to project delivery. Southeast Denton has been broken into two packages, Package A and Package B. Package A is currently in design, with construction scheduled to begin in Quarter 2 of the calendar year 2022. Southeast Denton Package B contains 49 roadway segments as a part of the voter-approved 2019 Street Reconstruction Bond Program. The scope of work for segments in Package B includes full-depth street reconstruction and various utility replacements as needed. To achieve the goal of completing the 2019 Street Reconstruction Bond Program within a 6-year time frame, City staff evaluated the use of alternative delivery methods including Construction Manager at Risk to make project delivery more efficient. The City contracted with Freese and Nichols, Inc. to help develop and adopt new contract documents and receive coaching to successfully execute a Construction Manager at Risk project. This project delivery methodology works on the basis of collaboration between the owner (the City), design engineer, and construction manager from initiation of project design through construction. Although the work by law is required to be bid, cost models are tracked through the design phase (open book) to establish a guaranteed maximum price for the project. The construction manager also provides and tracks a construction management plan and schedule throughout design development to help facilitate a seamless transition between design phase services and construction. By utilizing this methodology, the staff’s goal of enhanced community engagement, construction sequencing, and overall cost value will be prioritized. The purpose of this contract is for McCarthy Building Companies, Inc. to provide design phase services including input on the constructability of the design as it is developed in collaboration with the City of Denton, and Kimley-Horn and Associates, Inc. who is the proposed design engineer for Southeast Denton City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com Package B. After the design is finalized, staff will ask the Public Utilities Board and City Council to approve a subsequent contract with McCarthy Building Companies, Inc. for construction phase services on Southeast Denton Package B. Requests for Qualifications (RFQ) was sent to 689 prospective suppliers, including 54 Denton firms, of this item. In addition, the RFQ was placed on the Materials Management website for prospective suppliers to download and advertised in the local newspaper. Four (4) statement of qualifications were received and evaluated based upon published criteria including qualifications of the firm, proven project success, project approach, and firm’s stability. Based upon this evaluation, a short-list of the top two (2) most qualified firms received a Request for Proposal (RFP) and an interview invitation. After scoring the interviews and proposals received, McCarthy Building Companies, Inc. was ranked the highest and determined to be the most qualified and best value for the City. NIGP Code Used for Solicitation: 912 - (Service Only) - Construction Services, General (Incl. Maintenance & Repair Services) & 913 - (Service Only) - Construction Services, Heavy (Incl. Maintenance & Repair Services) Notifications sent for Solicitation sent in IonWave: 689 Number of Suppliers that viewed Solicitation in IonWave: 23 HUB-Historically Underutilized Business Invitations sent out: 60 SBE-Small Business Enterprise Invitations sent out: 255 Responses from Solicitation: 4 PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On October 19, 2021, Council approved a Professional Services Agreement with Kimley-Horn and Associates, Inc., to provide design services for the Southeast Denton Package – B Improvements (Ordinance 21-2168). On December 13, 2021, this item will be presented to the Public Utilities Board (PUB) for consideration. RECOMMENDATION Award a contract with McCarthy Building Companies, Inc., for pre-construction services for Southeast Denton Package - B Improvements for the Capital Projects Department, in a not-to-exceed amount of $174,955. PRINCIPAL PLACE OF BUSINESS McCarthy Building Companies, Inc. Dallas, TX ESTIMATED SCHEDULE OF PROJECT The preconstruction services for the Southeast Denton Phase - B project will be started upon approval of this contract with a projected completion date of Quarter 3 2022. Construction for Package B is currently anticipated to begin by Quarter 3 2022. FISCAL INFORMATION These services will be funded from General Obligation Bond Funds. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Evaluation Sheet Exhibit 3: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Seth Garcia, 940-349-8938. Legal point of contact: Marcella Lunn at 940-349-8333.