MONTGOMERY STREET. Construction Manager at Risk (CMAR) Services

Size: px
Start display at page:

Download "MONTGOMERY STREET. Construction Manager at Risk (CMAR) Services"

Transcription

1 2 nd PRE-PROPOSAL CONFERENCE March 6, 2015 MONTGOMERY STREET (City Project #02432) Construction Manager at Risk (CMAR) Services PROCUREMENT MARCH 19, Michael Weiss, P.E. City of Fort Worth Project Manager

2 Agenda 1. Welcome / Introductions 2. Project Location Map 3. Best Value Selection 4. Project Information 5. Procurement/Project Schedule 6. RFP Requirements 7. Discussion of Draft Agreement 8. Q&A 2

3 Location Map 3 LAMAR JENNINGS W LANCASTER W VICKERY HEMPHILLL

4 Best Value Selection 4 The City will make the selection based on best value as demonstrated through: Optimization of Project Design and Construction Schedule Cost Savings and Change Order Avoidance Risk Reduction and Mitigation High Quality Product that Meets the Needs of the Community.

5 5 Project Information: Montgomery Street Camp Bowie to IH-30 Project Number Project Elements: 1. The project includes the design and construction of Montgomery Street through Construction Management At-Risk (CMAR) project delivery method. The proposed improvements include: 4-lane undivided arterial street with turn lanes. Wide sidewalks/bike lanes, roundabout at Camp Bowie, retaining walls, streetlights, traffic signals, waterlines, sanitary sewer lines, storm drain improvements, franchise utility relocations, public artwork, landscaping and irrigation. Coordination with Event Facilities on New Parking Garage and Arena and other stakeholders. Work performed with City and TxDOT right-of-way and easements. Some ROW and Easement acquisition is anticipated. 2. Preliminary Estimated Construction Budget (Exhibit J): $5.3 Million (2014 CIP Funds) Does not include design costs, CMAR fee, ROW, or other direct City costs. This is a preliminary cost and will be refined with further stakeholder input. 3. Design Consultant Freese and Nichols, Inc.

6 Proposed Typical Sections 6

7 7 Proposed Plan at IH-30 and Camp Bowie

8 8 Project and Procurement Schedule The following schedule is estimated and provided in RFP: Advertise Request for Proposals (1 st ).. February 12, 2015 Publish Request for Proposals (2 nd ). February 19, 2015 Pre-proposal Conference (1:30 PM) February 27, nd Pre-proposal Conference (1:30 PM).. March 6, 2015 Deadline for Comments to Project Manager (5:00 PM). March 12, 2015 Responses Posted (5:00 PM) March 16, 2015 Sealed RFP Submittals Due (1:30 PM) March 19, 2015 Interviews (as necessary).. April 2, 2015 Evaluation and Selection of CMAR.. April 3, 2015 CMAR Contract Award May 12, 2015 Notice to Proceed (Preconstruction Phase). May 26, 2015 Preconstruction Phase Services... May 2015 February 2016 Construction Phase Services*... February 2016 December 2017* * Suggested revision to the proposed final engineering and construction phase services schedule should be included in proposal to demonstrate how the CMAR may add value.

9 Evaluation Criteria (RFP Requirements) 9 1. Cover Letter (not included in page count) 2. Forms and Certifications (Exhibits A - L) (not included in page count) 3. Corporate Experience and Financial Stability (20 points maximum): 3 Page Maximum Provide a minimum of five (5) and maximum of ten (10) projects that best represent the firm s relevant experience over the past 10 years Pre-Construction Services: Design and Value Engineering Reviews, Cost Estimating, Scheduling, Developing GMPs Self-Performance Capabilities 4. Pricing of CMAR Services (20 points maximum): 2 Page Maximum Provide Preconstruction Services and Construction Services Fees Provide Proposed Incentives for Project Delivery Included in Exhibit J

10 10 Evaluation Criteria (RFP Requirements): 5. Qualifications and Experience of Key Personnel (25 points maximum): Proposer shall provide overall qualifications of the key personnel who will perform preconstruction and construction phase services 5 Page Maximum* The same people on the proposal must be the same people who do the work. Demonstrated results and success with projects of similar size and scope (CMAR and Non-CMAR Experience): Value Engineering, Constructability Reviews, Value Analysis and Best Practices in Construction Delivery Methods (Design/Bid/Build, CMAR and Design-Build) and Associated Pre-Construction Services. Include client references for similar work performed and proposed project team s capacity, experience and workload (Exhibit C) The team s value proposition is clearly communicated through experience, results and assigned roles and responsibilities. CMAR and non-cmar experience is recognized when the team can demonstrate experience in various delivery techniques and, explain the benefits of that experience in terms of value for the City s project * Resumes are not included in the proposal 25-page count. Resumes can be included as an appendix, not-to-exceed 15 pages.

11 11 Evaluation Criteria (RFP Requirements): 6. Project Approach (45 points maximum, 12 pages maximum): Should reflect best experience to meet the project s goals. Construction Approach (15 points maximum) QA/QC and Safety Plan (5 points maximum, 3 pages maximum) Cost and Schedule Control (15 points maximum, 3 pages maximum)

12 Evaluation Criteria (RFP Requirements): 6. Project Approach (continued): Compliance with Business Diversity Enterprise Ordinance (10 points maximum, 1 page maximum): Provide track record of proven results in meeting MWBE commitments on other projects. Demonstrates approach to engage MWBE community for meaningful roles during construction phase. No MBE Goal for Pre-Construction Phase and 12% MBE Goal for the Construction Phase The City of Fort Worth established subcontracting goals on all City projects > $50,000 The City of Fort Worth accepts current certified firms and contractors certified by the North Central Texas Regional Certification Agency (NCTRCA) located in 6 counties: Tarrant, Dallas, Denton, Johnson, Parker and Wise. Proposers must obtain MBE listings from the City of Fort Worth s M/WBE Office at (817) or tasha.kilgore@fortworthtexas.gov. MBE Utilization Plan must identify the MBEs; provide a detailed description of work and subcontract value for each MBE; identify the tier levels of each MBE subs (1 st, 2 nd, 3 rd, etc.,); provide the timing of the major elements of work; provide the identical detailed description of work for each non-mbe Provide a Detailed Plan to Communicate with City s PM and M/WBE Office MBE must be certified at the time each work element is bid or proposed Certified DBE, MBE, SBE and WBE proposers cannot be counted towards meeting the MBE goal on both phases. The Commitment to meet the diverse MBE goal and submit the plan will be part of the final weighted selection criteria. Failure to address the diverse MBE goal and state the MBE commitment shall render the Proposer non-responsive. 12

13 QUESTIONS? 13 Projects/ Montgomery Street from Camp Bowie to IH-30/Bid Documents Package