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.


RFQ for Design-Build Services MATOC for the Texas Border Infrastructure Program

Solicitation ID: 303-3-04702

Status: Awarded

Contact Name: Rico Gamino

Contact Number: 512-936-3567

Contact Email: rico.gamino@tfc.texas.gov

Response Due Time: 3:00 PM

Agency/Texas SmartBuy Member Number: 303

Days Solicited: 21+ Days for Solicitation Notice

Solicitation Posting Date: 7/7/2023

Response Due Date: 8/7/2023

Last Modified: 9/21/2023 11:53 am

Solicitation Description:


GENERAL:

SCOPE: In accordance with the provisions of Texas Government Code, Chapter 2269, Subchapter G, Building Using Design-Build Method, and Rules and Procedures adopted by the Texas Facilities Commission (TFC), TFC is requesting qualifications for Design-Build Services for the Texas Border Infrastructure (TBI) Program hereinafter described as TFC Project #22-003-2535 (the Project). This Project will be administered by TFC. Awards will be a two-step process with the requirements for Step 1 fully described in this RFQ; specific requirements for Step 2 will be issued subsequently to up to five (5) D-B Firms through a Design Criteria Package (DCP).

a)     Step One will include a submittal of company experience and qualifications focusing on projects of similar size and type. Respondents will be evaluated on experience and qualifications, as detailed in Section V, Submission Requirements. At the conclusion of Step One, TFC will enter into zero-dollar contracts with up to five (5) D-B firms.

b)     Step Two will include only the awarded pool from Step One who will be asked to provide proposals based on a DCP for a defined segment of TBI.  TFC will enter into negotiations with the highest ranked Respondent based on the criteria outlined in each DCP.  If negotiations are not successful, TFC will terminate negotiations with the top Respondent and continue the process with the next highest Respondent. TFC will repeat this process until it can reach successful negotiations. The successful Respondent will be issued a contract amendment for the amount negotiated. TFC intends to repeat Step Two by issuing subsequent DCPs until the Program funds are fully committed. All D-B Firms selected in Step One will be offered the opportunity to submit proposals on each future DCP.

COST OF WORK: Anticipated cost of work associated with each DCP is limited to less than three hundred million dollars ($300,000,000).  D-B firms can be awarded multiple DCPs.  The potential total awarded in TBI Design-Build efforts is dependent on funding appropriated for TBI.

TYPE OF CONTRACT: Upon selection in Step One, successful Respondent/s will be required to enter into a zero-dollar contract with TFC accepting terms based on the TBI standard contract template (see Attachment F). The TBI contract template is based on a Stipulated Sum agreement. The stipulated sum will be based on the negotiated professional service fees and cost to perform the scope specified in the DCP. The TFC reserves the right to include the Respondent’s SOQ or any part or parts of the selected proposal in the final contract.

CONTRACT TERM: The initial zero-dollar contract will be effective as of the last party to sign and will terminate on 31 August 2025. Awarded D-B firms will be eligible to respond to DCPs once contract is fully executed between D-B firm and TFC. Each DCP will have its own construction term.

PROJECT DESCRIPTION:

1)     BACKGROUND: On June 1, 2021, the Governor of Texas issued a Disaster Declaration for multiple Texas counties near or along the U.S. southern border to provide additional resources and strategies to combat the influx of illegal immigrants as well as the rise in criminal activities, including criminal trespass. Based on a directive from the Governor, in September 2021, TFC selected Michael Baker-Huitt Zollars Joint Venture as the Program Management Firm (PMF) to oversee construction of the TBI. The PMF leads the process of planning and executing the program and oversees procurement of the D-B contractors and subcontractors needed to build the TBI. The PMF identifies State owned lands and willing private landowners to facilitate construction of the TBI along alignments that support the Department of Public Safety (DPS) law enforcement priorities. In October 2021, TFC selected five D-B Firms to execute and complete the Texas Border Infrastructure construction program or portions of it, including new barrier structure, and associated infrastructures.  At present, the emergency continues at the Texas southern border which requires an additional solicitation for design-build services for the TBI program.  More background information available at:  https://www.tfc.texas.gov/wall/


2)     PROJECT DESCRIPTION: D-B Firms are expected to deliver Texas Border Infrastructure (TBI) in accordance with the scope of work provided through Design Criteria Packages.  TBI provides infrastructure based on the standards developed by the Federal Government for their border wall program.  The infrastructure may include physical barrier, lighting, patrol and maintenance pathways, electronic surveillance, electrical and communications infrastructure and facilities supporting the operation and use of the infrastructure.

3)     DESIGN DELIVERABLES: TFC and the PMF will require participation and integration with the design process. Regularly scheduled meetings to verify the design and construction intent for the project will include the PMF, D-B firm and TFC. The frequency of the design specific meetings and presentations to leadership will be as needed and agreed to during the finalization of the D-B agreement. Specific design deliverables will be developed and negotiated during Step Two. Examples include, but are not limited to 65% Design, 95% Design, 100% Design. The A/E team will be participating in all preconstruction and construction activities related to value engineering; constructability reviews, TFC Commission presentations, and TFC presentations and shall be prepared to accommodate resulting design modifications accordingly.

4)     CONSTRUCTION DELIVERABLES: Specific construction deliverables will be developed and negotiated during the DCP and Contract negotiation phases. These include Schematic Designs (SD’s), Design Development (DD’s), and Construction Documents (CD’s). The Contractor will have the primary responsibility for design and construction.

a)     Maintain a staff of properly trained and experienced personnel commensurate with the qualifications required to support the services listed in this RFQ, including support staff, to ensure satisfactory performance under this Contract.

b)     Assign to the TFC a designated single-point of contact representative who will be responsible for the coordination and administration of the TFC's main requirements.

c)      The Contractor will provide a field office in close proximity with assigned segment including accommodations within its facilities for the TFC representatives, consultants, and consultant’s staff. Field office shall have: high speed internet, hoteling for TFC laptops, personal protective equipment for TFC representatives.

d)     Following the TFC’s selection of a D-B Firms for Step Two the Contractor’s engineers or architects shall complete the design, submitting all design elements for each phase of design (Program Completion, Schematic Design, Design Development, and Construction Documents) for review and determination of scope compliance by the TFC’s reviewing and approving authority before commencing construction; phase deliverable acceptance will be based on AIA Guidance Documents.

e)     An engineer shall have responsibility for compliance with the engineering design requirements and all other applicable requirements of the Texas Engineering Practice Act (Article 3271a, Vernon's Texas Civil Statutes, as amended). An architect shall have responsibility for compliance with the requirements of the Texas Architectural Practice Act (Article 249a, Vernon's Texas Civil Statutes, as amended).

f)       Attend meetings with TFC representatives and PMF as required.

g)     Provide preliminary evaluation of the Owner’s design criteria and budget parameters.

h)     Provide information and recommendations on site usage and site improvements; building systems, equipment, and construction feasibility; selection and availability of materials and labor; and time requirements for installation and construction; including but not limited to Owner’s FFE (Furniture Fixtures and Equipment), telecom, data, camera systems, security, etc.

i)       Implement and maintain a constructability program to identify and document project cost and schedule savings opportunities.

j)       Implement and maintain a critical path method schedule (“CPM Schedule”) in Primavera P6, which coordinates and integrates activities, including the construction services, the Architect’s design services and the work of other consultants, subcontractors, and suppliers; be prepared to submit the updated electronic native XER file for review with each pay application. No other scheduling software will be accepted. The Master Project baseline Schedule shall be submitted for approval in accordance with the DCP and will remain the basis of the agreement through the duration of the project. Changes to the baseline for the Master Schedule must be prior approved by the TFC’s representative (PMF or TFC PM). Schedule shall also be cost loaded by month starting at award and throughout construction.

k)     Provide ongoing cost estimating services throughout the duration of the project.

l)       Review all drawings, specifications, and other construction documents as they are developed by the A/E.

m)   Consult with representatives of the TFC, and the PMF on the selection of materials, equipment, component systems and types of construction used on the project.

n)     Provide construction management, administration, quality control, safety, and supervision during construction of the project(s).

o)     The Contractor shall supply a signed and sealed set of as-built construction documents in both printed and electronic form for each awarded segment of the TFC TBI Project to the TFC at the conclusion of construction. The electronic versions shall be full copies in both PDF and the most current version of REVIT formats.

5)     ADDITIONAL SERVICES: The following professional services may be required to complete this project. Specific scope and responsible parties will be addressed in the Step Two DCPs and in contract negotiations resulting from selections from this solicitation:

a)     Preparation of Site Development Documents

b)     Site Development Permit Application

c)      Civil Engineering Consultant

d)     Landscape Consultant

e)     Acoustic Consultant

f)       Traffic/Transportation/Parking Consultant

g)     Environmental/Antiquities Code Compliance and Wet-Lands Identification Consultants

h)     Code Consultant

i)       IT (Information Technologies) Consultant

j)       Security Consultant

k)     Signage/Graphics Consultant

l)       LEED/Energy Modeling/Life Cycle Cost Analysis Consultants


m)   Permit Expediter

SCHEDULE OF EVENTS


1)     SCHEDULE OF EVENTS: TFC reserves the right to change the dates shown below upon written notification.

EVENT

DATE

Issue RFQ

July 7, 2023

Optional Pre-Submittal Teleconferences

July 13, 2023, 1:00 PM CDT

Deadline for Submission of Questions

July 18, 2023, 5:00 PM CDT

Deadline for Submission of Qualifications and HSP (Step One)

August 7, 2023, 3:00 PM CDT

Notification of Short List Selection

August 17, 2023

Discussion/Interview of D-B Firms (Short Listed)

August 22-25, 2023

TFC Selection of Step One D-B Firms

September 5, 2023

TFC Commission Approval of D-B Firms

September 21, 2023

 

2)     OPTIONAL PRE-SUBMITTAL TELECONFERENCE: Pre-submittal teleconference will be held on Thursday, July 13, 2023 at 1:00PM CDT. Pre-registration is required to participate in the teleconference.

3)     Pre-Registration is required. Register in advance for the Thursday, July 13, 2023 meeting with the link contained within the RFQ Document.


Addendum: Posted Updated RFQ Document providing missing HUB Access Code. 7/7/2023

Class/Item Code(s): 90930-Building Construction (Not Otherwise Classified)
91323-Construction, Defense And Military Structure

Attachments

#NameDescription
1ESBD_File_328827_Attachment D - HUB Compliance Reporting System - Online Process Guide.pdfHSP - Online Process Guide
2ESBD_File_328827_Attachment F - Design-Build Services Contract Template.pdfD-B Services Contract Template
3ESBD_File_328827_Attachment G - AP-152 Form.pdfAP-152 Form
4ESBD_File_328827_3-04702 Addendum 1.pdfAddendum 1 - Includes Pre-Submittal Conference Registration List and Clarifies Bid Bond Requirement.
5ESBD_File_328827_3-04702 RFQ Document Addendum #2.docxRevised Request for Qualifications Document - Updated from Addendum #2
6ESBD_File_328827_3-04702 Addendum 2.pdfAddendum 2 - Includes Questions and Answers

Contractor Name Mailing Address Value Per Contractor Contractor Hub Status Award Date Award Status
Fisher Sand & Gravel Co 1302 West Drivers Way, Tempe, AZ 85284-1048 0 NOT HUB CERTIFIED 9/21/2023 Partial Award
BFBC, LLC dba BFBC of Texas, LLC 701 Gold Ave, Bozeman, MT 59771 0 NOT HUB CERTIFIED 9/21/2023 Partial Award
Southwest Valley Constructors Co 2050 Roanoke Road, Suite 100, Westlake, TX 76262 0 NOT HUB CERTIFIED 9/21/2023 Partial Award
Posillico Civil, Inc 1750 New Highway, Farmingdale, NY 11735 0 NOT HUB CERTIFIED 9/21/2023 Partial Award