CMR for DPS Joe E. King Law Enforcement Center in Brazoria County
ID - 0005142
ID - 0005142
Location: TX
Bid Date/Time: June 17, 2025, 8 p.m.
Project Type:
Status: Addendum Posted
Description:
Class/ItemDescription909-22Building Construction, Non-Residential, Office Building, etc.909-23Building Construction, Apartments, Dormitories, etc.909-24Building Construction, Commercial and Institutional909-25Building Construction, Prefabricated, All Types909-30Building Construction, (Not Otherwise Classified)909-76Site Work909-77Special Construction: Security, Special Rooms, etc.911-15C.I.P., Construction and Rehabilitation, Other than Buildings911-16C.I.P., Construction and Rehabilitation, Buildings913-23Construction, Defense and Military Structure SCOPE: In accordance with the provisions of Texas Government Code, Chapter 2269,Subchapter F, Construction Manager-at-Risk Method, and Rules and Proceduresadopted by the Texas Facilities Commission (TFC), TFC is requestingqualifications for a Construction Manager-at-Risk (CMR) to providepre-construction and construction management services for the Department ofPublic Safety Joe King Law Enforcement Center, hereinafter described as TFCProject #23-006-2544 (the Project). This Project will be administered by TFC.This procurement will be a two-step award process with a two-part workrequirement. A. Step One of the solicitation willinclude a submittal of company experience and qualifications focusing onprojects of similar size and type. Respondents will be evaluated on experienceand qualifications, as detailed in Section V, Submission Requirements. Only thehighest ranked 5 or fewer Respondents will be shortlisted based on thisevaluation and invited to participate in interviews. Based on the interviews,the short-listed firms may be invited to participate in Step Two. B. Step Two of the solicitation willinclude the short-listed firms participating in interviews. The short-listedfirms participating in the interviews may be requested to submit pricingrelated to indirect construction cost as detailed in Section V - SubmissionRequirements. COST OF WORK: Respondents to the RFQshould consider the “Cost of Work” as four million three hundred fifty thousanddollars ($4,350,000), not including any Pre-construction Management fees,Construction Management fees, and Construction General Conditions, as part ofthe construction budget or the Guaranteed Maximum Price (GMP). CONTRACT TERM: Construction is required tocommence within fourteen (14) calendar days after the Notice to Proceed forConstruction is issued. For planning purposes, the preconstruction time periodis estimated to be four hundred (400) calendar days. The construction contractperiod is projected for a term of four hundred twenty-five (425) calendar daysexcept as may be otherwise amended or negotiated. The total contract period(preconstruction time period plus construction time period) will be eighthundred twenty-five (825) calendar days. PROJECT DESCRIPTION: Construction of a new approximately 15,000square foot training facility, with classrooms, gymnasium, locker rooms, weightroom, and offices, extension of utilities from the adjacent detention facility,and site amenities including landscaping and surface parking. MANDATORY PRE-SUBMITTALTELECONFERENCES: Mandatory pre-submittal teleconferences will be held on Tuesday, June 3, 2025at 10:00 AM, and Wednesday, June 4, 2025 at 10:00 AM. Pre-registration is required to participate inthe teleconference. Respondents musthave an employee of their firm attend at least one (1) of the two (2)pre-submittal conferences. TFC shall reject qualifications submitted byfirms that did not attend one of the mandatory pre-submittal conferences. TFC is using the eProcurement system Bonfire. Respondents must register for a Bonfireaccount (No Charge) to submit a response. Respondents must submit their responses/submittals at the followinglink: https://tfcstate.bonfirehub.com/opportunities/187025 EVENTDATEIssue RFQ 5/19/2025 Mandatory Pre-Submittal Teleconferences 1st PSC 2nd PSC 6/03/2025, 10:00 AM CT 6/04/2025, 10:00 AM CT Deadline for Submission of Questions 6/10/2025 Deadline for Submission of Qualifications and HSP 6/17/2025, 3:00 PM CT Notification of Short List Selection for Step 2 6/27/2025 Site Visit 7/01/2025 Deadline for Submission of Step 2 Pricing Proposals 7/08/2025, 3:00 If Interviews are required by TFC Notification of Interview Selection 7/10/2025 Interviews 7/22/2025 Award by Commission 8/21/2025, 9:00 AM CT Execute Contract 9/15/2025 If Interviews are NOT required by TFC Award by Commission 8/21/2025, 9:00 AM CT Execute Contract 9/15/2025 This Request for Proposal (RFP) is posted on the Electronic StateBusiness Daily (ESBD) located on the Texas Comptroller of Public Accounts’ webpage located athttps://www.txsmartbuy.com/esbddetails/view/0005142 This website will have the most current information during the solicitation.
Class/ItemDescription909-22Building Construction, Non-Residential, Office Building, etc.909-23Building Construction, Apartments, Dormitories, etc.909-24Building Construction, Commercial and Institutional909-25Building Construction, Prefabricated, All Types909-30Building Construction, (Not Otherwise Classified)909-76Site Work909-77Special Construction: Security, Special Rooms, etc.911-15C.I.P., Construction and Rehabilitation, Other than Buildings911-16C.I.P., Construction and Rehabilitation, Buildings913-23Construction, Defense and Military Structure SCOPE: In accordance with the provisions of Texas Government Code, Chapter 2269,Subchapter F, Construction Manager-at-Risk Method, and Rules and Proceduresadopted by the Texas Facilities Commission (TFC), TFC is requestingqualifications for a Construction Manager-at-Risk (CMR) to providepre-construction and construction management services for the Department ofPublic Safety Joe King Law Enforcement Center, hereinafter described as TFCProject #23-006-2544 (the Project). This Project will be administered by TFC.This procurement will be a two-step award process with a two-part workrequirement. A. Step One of the solicitation willinclude a submittal of company experience and qualifications focusing onprojects of similar size and type. Respondents will be evaluated on experienceand qualifications, as detailed in Section V, Submission Requirements. Only thehighest ranked 5 or fewer Respondents will be shortlisted based on thisevaluation and invited to participate in interviews. Based on the interviews,the short-listed firms may be invited to participate in Step Two. B. Step Two of the solicitation willinclude the short-listed firms participating in interviews. The short-listedfirms participating in the interviews may be requested to submit pricingrelated to indirect construction cost as detailed in Section V - SubmissionRequirements. COST OF WORK: Respondents to the RFQshould consider the “Cost of Work” as four million three hundred fifty thousanddollars ($4,350,000), not including any Pre-construction Management fees,Construction Management fees, and Construction General Conditions, as part ofthe construction budget or the Guaranteed Maximum Price (GMP). CONTRACT TERM: Construction is required tocommence within fourteen (14) calendar days after the Notice to Proceed forConstruction is issued. For planning purposes, the preconstruction time periodis estimated to be four hundred (400) calendar days. The construction contractperiod is projected for a term of four hundred twenty-five (425) calendar daysexcept as may be otherwise amended or negotiated. The total contract period(preconstruction time period plus construction time period) will be eighthundred twenty-five (825) calendar days. PROJECT DESCRIPTION: Construction of a new approximately 15,000square foot training facility, with classrooms, gymnasium, locker rooms, weightroom, and offices, extension of utilities from the adjacent detention facility,and site amenities including landscaping and surface parking. MANDATORY PRE-SUBMITTALTELECONFERENCES: Mandatory pre-submittal teleconferences will be held on Tuesday, June 3, 2025at 10:00 AM, and Wednesday, June 4, 2025 at 10:00 AM. Pre-registration is required to participate inthe teleconference. Respondents musthave an employee of their firm attend at least one (1) of the two (2)pre-submittal conferences. TFC shall reject qualifications submitted byfirms that did not attend one of the mandatory pre-submittal conferences. TFC is using the eProcurement system Bonfire. Respondents must register for a Bonfireaccount (No Charge) to submit a response. Respondents must submit their responses/submittals at the followinglink: https://tfcstate.bonfirehub.com/opportunities/187025 EVENTDATEIssue RFQ 5/19/2025 Mandatory Pre-Submittal Teleconferences 1st PSC 2nd PSC 6/03/2025, 10:00 AM CT 6/04/2025, 10:00 AM CT Deadline for Submission of Questions 6/10/2025 Deadline for Submission of Qualifications and HSP 6/17/2025, 3:00 PM CT Notification of Short List Selection for Step 2 6/27/2025 Site Visit 7/01/2025 Deadline for Submission of Step 2 Pricing Proposals 7/08/2025, 3:00 If Interviews are required by TFC Notification of Interview Selection 7/10/2025 Interviews 7/22/2025 Award by Commission 8/21/2025, 9:00 AM CT Execute Contract 9/15/2025 If Interviews are NOT required by TFC Award by Commission 8/21/2025, 9:00 AM CT Execute Contract 9/15/2025 This Request for Proposal (RFP) is posted on the Electronic StateBusiness Daily (ESBD) located on the Texas Comptroller of Public Accounts’ webpage located athttps://www.txsmartbuy.com/esbddetails/view/0005142 This website will have the most current information during the solicitation.
Project Roles
Owners
- Owner TEXAS DEPARTMENT OF TRANSPORTATION, 125 EAST 11TH STREET AUSTIN TX 78701
Project Source Link: Click Here
Your local Broce Broom dealer |
---|
Nueces Power Equipment |