Construction Contract

3
City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/27/2012 DATE: Tuesday, March 27, 2012 REFERENCE NO.: C-25537 LOG NAME: 80CHISHOLMTRAILCC SUBJECT: Authorize Execution of a Construction Contract in the Amount of $3,900,225.00, Including a $185,725.00 Allocation Allowance with Prime Construction Company to Construct the Chisholm Trail Community Center to Be Located at 4680 McPherson Boulevard (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract in the amount of $3,900,225.00 including a $185,725.00 allocation allowance with Prime Construction Company to construct the Chisholm Trail Community Center to be located at 4680 McPherson Boulevard. DISCUSSION: The purpose of this Mayor and Council Communication is to award a construction contract in the amount of $3,900,225.00, including a $185,725.00 allocation allowance to Prime Construction Company to construct the Chisholm Trail Community Center. The 2004 Capital Improvement Program (CIP) Proposition Two: Parks, Recreation and Community Services Improvements allocated $2,500,000.00 for a community center in Far Southwest Fort Worth. Additional funding consisting of $598,746.00 of 1986 CIP funds, $40,250.00 of Crowley Independent School District funds, $348,119.00 of gas well bonus funds, $176,000.00 of 2002 Certificates of Obligation and $1,000,000.00 of a Texas Parks and Wildlife Department Indoor Urban Recreation Grant, together increases the project funding amount to $4,663,115.00. On December 7, 2010, (M&C C-24630) the City Council authorized execution of an Agreement with Brinkley Sargent Architects, Inc., in the amount of $316,996.00 for design and construction administration services for the Far Southwest Community Center (renamed Chisholm Trail Community Center). On August 23, 2011, (M&C C-25128) the City Council authorized acceptance and execution of a Texas Parks and Wildlife Department Indoor Urban Recreation Grant in the amount of $1,000,000.00 for the development of a new community center and authorized Amendment No. 1 in the amount of $75,000.00 to City Secretary Contract No. 41240 with Brinkley Sargent Architects, Inc., for design and construction administration services. In the interest of minimizing monetary outlay while still meeting the proposed schedule for completion, Staff determined that the most suitable procurement option was to seek Competitive Sealed Proposals using a Best Value matrix, which is one of several contracting and delivery procedures for construction projects authorized by Chapter 2267 of the Texas Government Code. The Request For Proposals (for Competitive Sealed Proposals, Best Value) for this project was advertised in the Fort Worth Star-Telegram on December 8, 2011 and December 15, 2011. Twenty-one Offerers submitted proposals which were opened on January 19, 2012 and five of the Offerers submitted the required Post Bid-Preaward documents on January 26, 2012. The base proposal, alternate and combined total for each of the five Offerers is listed in the following table:

description

If the contractor has been indicted, this will negatively impact the ability to get any future work with the City.

Transcript of Construction Contract

  • City of Fort Worth, TexasMayor and Council Communication

    COUNCIL ACTION: Approved on 3/27/2012

    DATE: Tuesday, March 27, 2012 REFERENCE NO.: C25537LOG NAME: 80CHISHOLMTRAILCCSUBJECT:Authorize Execution of a Construction Contract in the Amount of $3,900,225.00, Including a $185,725.00Allocation Allowance with Prime Construction Company to Construct the Chisholm Trail Community Centerto Be Located at 4680 McPherson Boulevard (COUNCIL DISTRICT 6)

    RECOMMENDATION:It is recommended that the City Council authorize the execution of a construction contract in the amount of$3,900,225.00 including a $185,725.00 allocation allowance with Prime Construction Company to constructthe Chisholm Trail Community Center to be located at 4680 McPherson Boulevard.

    DISCUSSION:The purpose of this Mayor and Council Communication is to award a construction contract in the amount of$3,900,225.00, including a $185,725.00 allocation allowance to Prime Construction Company to constructthe Chisholm Trail Community Center.

    The 2004 Capital Improvement Program (CIP) Proposition Two: Parks, Recreation and Community ServicesImprovements allocated $2,500,000.00 for a community center in Far Southwest Fort Worth. Additionalfunding consisting of $598,746.00 of 1986 CIP funds, $40,250.00 of Crowley Independent School Districtfunds, $348,119.00 of gas well bonus funds, $176,000.00 of 2002 Certificates of Obligation and$1,000,000.00 of a Texas Parks and Wildlife Department Indoor Urban Recreation Grant, together increasesthe project funding amount to $4,663,115.00.

    On December 7, 2010, (M&C C24630) the City Council authorized execution of an Agreement withBrinkley Sargent Architects, Inc., in the amount of $316,996.00 for design and construction administrationservices for the Far Southwest Community Center (renamed Chisholm Trail Community Center).

    On August 23, 2011, (M&C C25128) the City Council authorized acceptance and execution of a TexasParks and Wildlife Department Indoor Urban Recreation Grant in the amount of $1,000,000.00 for thedevelopment of a new community center and authorized Amendment No. 1 in the amount of $75,000.00 toCity Secretary Contract No. 41240 with Brinkley Sargent Architects, Inc., for design and constructionadministration services.

    In the interest of minimizing monetary outlay while still meeting the proposed schedule for completion, Staffdetermined that the most suitable procurement option was to seek Competitive Sealed Proposals using a BestValue matrix, which is one of several contracting and delivery procedures for construction projectsauthorized by Chapter 2267 of the Texas Government Code. The Request For Proposals (for CompetitiveSealed Proposals, Best Value) for this project was advertised in the Fort Worth StarTelegram on December8, 2011 and December 15, 2011. Twentyone Offerers submitted proposals which were opened on January19, 2012 and five of the Offerers submitted the required Post BidPreaward documents on January 26, 2012.The base proposal, alternate and combined total for each of the five Offerers is listed in the following table:

  • Offerers Base Proposal Alternates 6,7,8, 9,10 & 12 Total3i Construction, LLC $3,650,000.00 ($23,183.00) $3,626,817.00Crossland Construction Company, Inc. $3,682,000.00 ($16,237.00) $3,665,763.00Denco CS Corp. $3,675,000.00 $20,500.00 $3,695,500.00Prime Construction Company $3,710,000.00 $ 4,500.00 $3,714,500.00CF Jordan Construction, LLC $3,772,000.00 $ 7,000.00 $3,779,000.00On February 24, 2012, a Best Value Selection Committee rated each of the five responsive offers based onthe published weighted selection criteria of proposed price (60 percent), proposed schedule (10 percent),M/WBE participation (10 percent), reputation and experience (10 percent) and past relationship with the City(10 percent). If the firm had no previous relationship with the City, then their reputation and experience wasweighted at 20 percent. The committee members included representatives from the Parks and CommunityServices (PACS) Department, Architect/Engineer Brinkley Sargent Architects, Inc., Transportation andPublic Works (TPW) Department Architectural Services and the City's M/WBE Office.The results of the committee's scores are summarized below:

    Evaluation Criteria 3i Construction,LLC

    CrosslandConstruction

    Company, Inc.

    Denco CSCorp.

    PrimeConstruction

    Company

    CF JordanConstruction, LLC

    Price 60 54 57 53 48Schedule 5 7 10 10 5M/WBE 9 4 4 10 4Experience

    Relationship withCity

    10 16 6 19 11

    TOTAL 84 81 77 92 68RANK 2 3 4 1 5

    The Selection Committee analyzed the Competitive Sealed (Proposals) and determined that while theproposed price presented by 3i Construction, LLC (3i) was $87,683.00 less than the proposed price by PrimeConstruction Company (Prime), Prime scored significantly higher on project schedule andexperience/relationship with the City. When compared to Crossland Construction Company, Inc. (Crossland),Prime scored higher in schedule and experience/relationship with the City, although Crossland scored slightlyhigher in proposed price ($48,737.00). Additionally, Prime scored significantly higher in M/WBEParticipation.

    Prime Construction Company received the highest overall score based on the scores for each criteria and theweighting assigned. The Selection Committee concluded that the proposal from Prime ConstructionCompany represented the Best Value for the City and recommends awarding the Construction Contract toPrime Construction Company.

    The base proposal work includes the construction of a 19,955 square foot community center facility, sitelandscaping, irrigation and a 103 space parking lot with lighting. The community center will include agymnasium, multipurpose rooms, cardio and weight training facilities, childsitting area and restrooms withlockers and showers. Alternate No. 6 a deduct of paving color and finish, Alternate No. 7 an addition ofbrick patterning, Alternate No. 8 a deduct of a portion of stone veneer, Alternate No. 9 the addition ofunit pricing for electrical floor boxes, Alternate No. 10 the installation of metal edging inlieuof aconcrete mow strip and Alternate No. 12 the installation of decomposed granite inlieuof concrete walk.

    It is recommended that the Base Proposal amount of $3,710,000.00 and Alternates Nos. 6, 7, 8, 9, 10 and 12in the amount of $4,500.00, together totaling $3,714,500.00, as submitted by Prime Construction Company,plus $185,725.00 allocation allowance for unforeseen construction conditions for a grand total of

  • $3,900,225.00 be approved for award of contract. The Contract working period is 335 calendar days.

    The estimated overall cost of the project is:

    Design $391,996.00Construction $3,900,225.00Utilities, ITS $131,556.00Contingency, Geotech $239,338.00Total $4,663,115.00

    Prime Construction Company is in compliance with the City's M/WBE Ordinance by committing to 27percent M/WBE participation on the base bid plus identified alternates. The City's M/WBE goal on this baseproposal contract is 25 percent.

    The estimated impact on the annual operating budget for the community center and park will total$488,901.00, with the cost broken down as follows; TPW maintenance of the physical plant $15,000.00;PACS facility operations and staffing $334,734.00 and PACS annual park maintenance $139,167.00. Inaddition, a one time cost in the amount of $400,000.00 will be required for facility FF&E and parkmaintenance equipment in Fiscal Year 2013.

    Construction is anticipated to commence May 2012 and be completed by May 2013.

    The project is located in COUNCIL DISTRICT 6.

    FISCAL INFORMATION:The Financial Management Services Director certifies that funds are available in the current capital budget,as appropriated, of the Park Improvements Fund, the Parks Gas Lease Projects Fund, the Parks andRecreation Improvements Fund 86 and the Grant Capital Projects Fund.

    FUND CENTERS:TO Fund/Account/Centers FROM Fund/Account/Centers

    1) C280 541200 806450012980 $1,443,592.28 1) GR74 541200 080306837010 $2,000,000.00 1) GC05 541200 080050410030 $110,459.72 1) C282 541200 806450012980 $346,173.00

    CERTIFICATIONS:Submitted for City Manager's Office by: Susan Alanis (8180)Originating Department Head: Richard Zavala (5711)Additional Information Contact: Mike Ficke (5746)

    ATTACHMENTS

    BFT GC05 541200.pdf1. FAR00015.pdf2. FAR00016.pdf3. GC05.pdf4. Grant 306837 Available Funds.pdf5. MWBE.pdf6. Revised Chisholm Compliance Memo.pdf7.

    printmc.asp?id=16533&print=true&DocType=PDF