Skip to main content
File #: Res 2015-110    Version: 1 Name: Award the New Recreation Center Design Services
Type: Resolution Status: Passed
File created: 10/13/2015 In control: City Council
On agenda: 12/7/2015 Final action: 12/7/2015
Title: RESOLUTION APPROVING AWARD OF CONTRACT FOR NEW RECREATION CENTER PRELIMINARY AND FINAL DESIGN SERVICES
Attachments: 1. Resolution, 2. Presentation

Title

RESOLUTION APPROVING AWARD OF CONTRACT FOR NEW RECREATION CENTER PRELIMINARY AND FINAL DESIGN SERVICES

 

Body

Summary and Background Information

As part of the Measure 2K Bond Program, the City plans to build a recreation facility located at approximately Highway 2 and 112th Ave. that would contain features such as an indoor leisure pool and support spaces, aerobics, dance, gymnastics, weight and fitness, walk/jog track, gymnasium, community room/meeting space, game room, indoor play area, required building support spaces and administrative spaces.

This contract will provide preliminary and final design services for the following scope.

                     Design of a new recreation center including the features described above

                     Project must be completed on time, within budget and within CM/GC delivery system.

                     Design should provide flexible, multi-use spaces.

                     Design should be well integrated with future adjacent parks, open space, drainage, trail systems and roads.

                     Completed project needs to incorporate environmentally sustainable design principles, and features that can be easily identified, quantified, priced, and documented in design and measured after construction.  No formal certification level of sustainability will be required. 

                     Completed project should consider ongoing and long-term maintenance costs, future system component replacement, program changes, building expansions, and future development of surrounding parcels.

                     Other goals identified in program verifications or identified during contract negotiations as determined by the City.

 

Bidding and Selection Process:

A Request for Qualifications (RFQ) for the Commerce City New Recreation Center Preliminary and Final Design Services was published on August 24, 2015. There was 1 addendum issued to the RFQ. Nine (9) responses were received on September 18, 2015 (the due date) in response to the RFQ.  Qualification statements were received from the following firms (in alphabetical order):

 

•  Barker Rinker Seacat Architecture

                     Davis Partnership Architects

•  Essenza Architecture

                     Farnsworth Group

                     HKS

                     Kenneth E. Martin Architect

•  Ohlson Lavoie Collaborative Architecture

•  Sink Combs Dethlefs Sports Architecture

                     Upper 90 Architecture

 

Following a detailed review of the responses, the selection committee identified the following four respondents to be invited to submit a proposal and attend a formal interview (again, in alphabetical order):

                     Barker Rinker Seacat Architecture

                     Davis Partnership Architects

                     Sink Combs Dethlefs Sports Architecture

                     Upper 90 Architecture

 

A Request for Proposals (RFP) for the Commerce City New Recreation Center Preliminary and Final Design Services was published on October 12, 2015.  Responses were received from the four firms above on November 10, 2015. 

 

The proposal, Interview and fee proposal were scored separately. Based upon the following criteria established in the RFP

 

Proposal:

1.                     Project schedule level of detail and project understanding. 15%

2.                     Team’s vision of the project, understanding specific site issues, and ability to meet City’s

goals. 25%

3.                     Teams approach to meeting program and construction budget. 15%

4.                     Team’s presentation of past specific team experience and its applications to this building

program. 20%

5.                     Quality Control process and coordination description. 10%

6.                     References and past performance evaluations. 15%

Interview:

1.                     Verbal and graphic presentation of Team’s vision of the project while meeting City goals.

30%

2.                     Team’s approach to balancing construction costs, building materials, and Public building

Image. 20%

3.                     Team’s ability to present approach, communicate, and discuss project details. 15%

4.                     Question and answer responses. 15%

Fee Proposal:

1.                     Correlation between Tasks and Schedule

2.                     Total Fee

Final Scoring:

1.                     RFQ - 10%

2.                     Proposal - 30%

3.                     Interview - 35%

4.                     Fee Proposal - 25%

 

Following a detailed review of the responses, the Selection Committee met on Monday, November 16, 2015 to discuss the responses and submit their scoring based upon the established criteria.

 

The Selection Committee consisted of:

                     Carolyn Keith, Director of Parks, Recreation & Golf

                     Maria D’Andrea, Director of Public Works (Proposal Evaluation only)

                     Karen O’Donnell, Recreation Manager

                     Danielle, Project Manager

                     Stephen Silkworth, Project Architect

                     Scott Hergenrader, Program Director

 

Interviews with each firm were held on Tuesday, November 17, 2015.  Following the interviews, the selection committee submitted their interview scoring based upon the established criteria and discussed the interviews.  Following the evaluations the fee proposals were opened and reviewed. The fee proposals were analyzed and the fee normalized based on comparable services, which was used to calculate the fee score.  This was to assure a fair and equitable evaluation of the fees proposed by all respondents.  Fee score was determined by assigning a maximum score of 5 to the lowest fee, calculating a difference for each fee from the lowest fee as a percentage, and then subtracting that percentage from the maximum score of 5.

 

After final tabulation and weighting for each of the four selection criteria components, Sink Combs Dethlefs received the highest cumulative score.

 

Action Proposed:  Resolution to Approve a Design Services Agreement with Sink Combs Dethlefs Sports Architecture

 

Staff Responsible (Department Head):  Carolyn Keith

Staff Member Presenting:  Scott Hergenrader

 

Financial Impact:  $                     Contract Amount                                           $1,491,390

                                                               Design Contingency                         $149,139

Total Authorization                                          $1,640,529

 

Funding Source:  2K

 

Staff RecommendationThe Selection Committee recommends awarding a contract to Sink combs Dethlefs in the not-to-exceed amount of $1,491,390.00 for this work.

Suggested MotionI move to approve resolution #2015-110