3 6S .ca - Kaysville City

Transcription

3 6S .ca - Kaysville City
BID TABULATION
t'.oy!\' 'e
~0!1eeB·d Ooen.:~.
3:CO ;:>M, rt:'Y:Ja"f t!tn,
201~
Sid Ta:>;latlO'l
Contractor
Addendum
Addendum
Addendum
On~
T \.,O
T"·--
x
";(
y
y
$J,6jC_cre
>
y
x
'I
y
SS,237,COO
.!
ta;'!on Cont•u:t.oo
x
'1.
x
'I'
~~. ;s?.~SS
s
R&O Cons:f<JC!IC'1
x
x
x
y
S.!,>~.:.~57
2
tnterJ:es t
rh.~h~
Ccn~r·Jct.cn
Conmuct•oo
&Id Bond
83.Se Bid
Amoun!
$-!,3 6S
tow Bid
n.. nlina
.c-a:· •
=
s.: .:~ s.c.::c
s:~,cci;
wadna'l
Con~JJctlC'.l
x
1.
x
y
t
Based on a review of the available bid infonnation the apparent low bidder is Wadman
Construction with a bid of $4,368,000. The bids received from Wadman Construction and one
other bidder excluded a partial electrical scope of work. The estimated value of the work excluded
from the bid received from Wadman Construction 1s $130,000. When combined with $4,368,000
equals $4,498,000. This combined amount is considered the low bid.
We recommend the project be awarded to the low bidder, Wadman Construction.
JRCA Archllects
577 South 200 East, Sah Lake City, Utah 84111
Phone (801) 533-2100 Fax (801) 533· 2101
www 1rcades1gn.com
Page 1 of 1
r
-r
REQUEST FOR QUALIFICATIONS
General Contractor
for the
Construction of the
Kaysville City Police Station
Kaysville City
First Nonh and Main Street
Kaysville. Utah 84037
Kaysville City (the ''City"), is seeking Statements of Qualifications (SOQ) from qualified General
Contractors ("Bidders'')for the construction of the Kaysville City Police Station to be located on the south
west corner of the First North and Main Street intersection in Kaysville City. The City intends to select 45 general contractors from the submitted SOQ"s who will then be asked to submit competitive sealed
price proposals (''Price Proposals").
Proposal Requirements:
•
Statement of Qualifications must be received by December 20, 2013, by 5:00p.m. (MST) in the
office of the Kaysville City Building Depanment located at 23 East Center Street, Kaysville,
Utah. Proposals shall reflect the Bidder's best and most current information.
..
SOQ's received after the deadline will not be considered and will be returned unopened to the
Bidders.
..
Bidders responding to this RFQ shall have completed at least
(2) similarly sized Police or Sheriff Facilities (10,000 SF - 30,000 SF)
OR
(1) similarly sized Police or Sheriff Facility {10,000 SF - 30,000 SF) and (1) Municipal Court
Facility.
..
To be considered for the project, the Bidder shall submit six (6) copies of its complete proposal.
Materials shall be 8W' x 11". Charts may be in 8!12" x 11" or 11 x I 7" fol ded. SOQs must be
submitted in a sealed envelope that is clearly marked with the name of the Project, the company
name, and a statement that the envelope contains a Statement of Qualifications.
..
The SOQ shall not exceed 20 pages. exclusive of covers and dividers.
•
All SOQs shall become the proper!) of the City.
..
Information contained in the SOQ must be clearly marked and delineated. The City may release
any information contained in the SOQ that is not marked and delineated as proprietary 30 days
following execution of a contract for services.
The City reserves the right to reject any or all proposals SOQs/Price Proposals, or
any parts of the SOQs/Price Proposals, to waive any informality or technicality, and
to accept SOQs/Price Proposals deemed to be in the best interest of the City.
Page l of 5
r
REQUEST FOR QUALIFICATIONS
I.
DESCRIPTION OF THE PROJECT
The project is to be located at approximately I 00 North and Main Streets in Kays vi lie, Utah and
can be described as follows:
Project SummaT):
a) Stand alone ground up Police Facility
Bldg. area:
20,000 s.f.
b) Stand alone ground up Ancillary Building
Bldg. area:
2,500 s.f.
b) Associated site development
c) Demolition of existing Police Station.
The project will house Police administratfon, evidence, booking, detectives, community/training
rooms, interview rooms and holding functions. Demolition of existing improvements on the site
will also be required. The estimated project cost, including design, preconstruction services, site
work, construction, furnishings, fixtures, and equipment is approximately $4 .2 million.
Major construction information, materials and systems include:
• Structural steel frame with concrete floors.
• Masonry, glazing, and metal panel exterior.
• Single ply roofing.
• Standing seam roofing.
A preliminary site plan, floor plans, and project rendering are attached to this RFQ for reference
only.
II.
SUBMITTAL OF STATEMENT OF QUALlFICATIONS
The SOQ shall be submitted in a sealed envelope, with the project title and Bidder's name clearly
marked on the face of the envelope. In order to be considered, Bidders must complete all
requirements and submit the same on or before the specified time and date for SOQ submittal.
SOQs/Price Proposals shall remain valid for a period of sixty (60) days from the due date.
III.
SIGNATURE ON STATEMENT OF QUALIFICATIONS
The SOQ must be signed by an authorized representative of the Bidder named thereon. The
signature on the SOQ shall be interpreted to signify the Bidder's intent to comply with all of the
required services.
Design and Construction Documents are being prepared by JRCA Architects. It is anticipated
documents will be available for bidding between January 9, 2014-January 13, 2014.
Construction is scheduled to begin approximately April, 2014 with substantial completion
scheduled for approximately March, 2015.
Page 2 of 5
r
REQUEST FOR QUALIFICATIONS
V.
SCOPE OF WORK
The Project services shall include the following:
Develop and maintain (CPM) Project Schedule
Bidder shall be expected to obtain and award sub bids and construct the facility per the
construction documents and approved modifications.
Construction must comply with all applicable building codes, zoning ordinances and
licensing regulation.
Bidder must provide complete construction services utilizing professional constructors
licensed in the state of Utah. Arrange for permits and inspections from all applicable
public agencies. Cost oflmpact Fees (if any) Plan Check and Building Permits will be
paid by the City.
Guarantee the work for at least one ( 1) year and correct deficiencies discovered during
this warranty period.
VI.
FORMAT OF PROPOSAL
The Bidder that will be asked to submit competitive Price Proposals wil l be selected on the basis
of several factors, including, but not limited to, experience, qualifications, project superintendent,
proj ect manager, approach to the project, project references, and financ ial stability. SOQs
submitted in response to this RFQ will be reviewed and ranked by a Selection Committee. A
select number (at least four, ifthere are at least four qualified Bidders) will be invited to submit
competitive Price Proposals. Statements of Qualifications should include the following:
a.
INTRODUCTJON TO FIRM - Provide a brief introduction to the legal organization,
qualifications, and background of your firm.
b.
PROJECT TEAM - Provide an organizational chart of all major participants of your
firm ' s proposed project team. Include resumes only of those principals, project manager,
superintendent, and other primary representatives who will be directly involved in the
overall effort. List comparable projects in which they have placed a primary role.
c.
RELEVANT CONSTRUCTION EXPERIENCE - Provide a listing and brief description
of similar projects completed by the Bidder. For each listed project indicate whether or
not the project was constructed on time and the number and amount of change orders.
d.
PROPOSED APPROACH - Describe how your firm will approach the scheduling and
construction phase aspects of the Project. Describe your firm's overall construction
philosophy and how it will be applied to this Project. Define your subcontractor selection
plan. Discuss how you will work with the City staff, Architect and Engineers to ensure
that the City's needs are adequately met. Outline practices and procedures your firm
utilizes to ensure the quality of the final Project.
Page 3 of 5
REQUEST FOR QUALIFICATIONS
vn.
e.
SCHEDULE - Describe how your firm will complete the project by January 10, 2015 and
if this schedule is reasonable. Provide a brief bar chart; include at least 20 separate
milestone activities for completion of the Project.
f.
REFERENCES - Provide a name, telephone number, and project title for five (5)
references to be contacted as to your performance on the similar projects listed.
g.
FINANCIAL STABILITY - Provide a current balance sheet for the firm and a profit and
loss statement for the past year. This information will be held as "proprietary" and will
not be released.
SELECTION CRITERIA
This is not a bid process. Short list selection will be based on the criteria outlined herein. The
City may conduct a due diligence review on Bidders receiving recommendation for short list
selection. Short listed Bidders will then be asked to submit sealed competitive Price Proposals for
construction of the Project. Bidders will be ranked based on the following criteria and weighted
percentages:
I.
2.
3.
4.
5.
VIII.
20%
20%
20%
20%
10%
Proposed Project Team / lndividuals Assigned to Job
General Contractor Experience with Similar Projects
Schedule and Approach to complete the Project
References
Financial Stability
TERMS OF CONTRACT
The City will require that the eventual successful Bidder be willing to negotiate, and to enter into,
a vnitten agreement with the City to provide all services required to complete the Project. The
City Attorney, working with the selected Bidder, will negotiate the agreement. All provisions of
the agreement will be in compliance with State and Federal laws.
The terms of the agreement between the selected Bidder and the City shall include the following
provisions:
a.
The Bidder is expected to know how to manage "contracts" with "subcontractors."
Therefore, a change in contractual or market conditions will not be a justification for an
increase in costs.
b.
Adequate and satisfactory insurance is required, including general liability, automobile,
workers' compensation, and performance bonds, and payment bonds.
c.
The contract form will be AIA Document A I 0 I 2007 Edition including such other terms
and conditions as recommended by City's legal counsel.
IX.
GENERAL INFORMATION
Response to this Request for Qualification is at the Bidder's sole risk and expense. The City
anticipates selecting from the submitted Statement of Qualifications, but there is no guarantee that
any responding Bidders will be selected.
Page 4 of 5
...
REQUEST FOR QUALIFICATIONS
Bidders shall notify the City of all conflicts. errors or discrepancies found in this RFQ prior to the
submission of a SOQ. It is the B idders responsibility to make inquiry as to any Addenda issued
and to ascertain prior to submitting a SOQ that all Addenda have been received.
It is the City's policy to encourage equal opportunity in its contracts. The City endeavors to do
business with Bidders that share the City's commitment to equal opportunity, and will not do
business with any B idder that discriminates on the basis of race, religion, color, ancestry, age,
gender, sexual orientation, disability, medical condition, or place of birth.
The City appreciates in advance the efforts that Bidders will make in behalf of this project, and
looks forward to participating with Bidders in the selection process.
Bidders should limit their contact and questions regarding this project to the fo llowing
individuals:
Danny Fuchs
JRCA Architects
801.533.2100
[email protected]
Mike Blackham
Kaysville City
801.544.1363
bJackharn@Kaysvil le City .com
Bidders are instructed not to contact other City staff or elected officials regarding this project
except as noted above.
Page 5 of 5
I
L
.I
~:f> Gl $
i i
i
I
I
I
@r- - ---------~~....--"P""-.!::--1-T·"""'~~
<Er-----------
~--------- ""F=-:c;==.:f" ·-,....,;,o;;l;I!":
~---------- ~~::::f
e- ----------- -li;~;;-:;~-..,-
....--......
I
@
~
§
~~~---=---Oii~~ ---·-·~
®
i'
u
@
·-·- - --@
~
1
.
I
@-
1
. ·-·-·-·~
0---- ...l.!::;=~;==';fll4=.=:;:::===:=~
.
•
f
•
1
-
~
i
I
1
JRCA Architects Inc.
577 South 200 East
Salt Lake City. Utah 84111
(801) 533-2100 Phone
(801) 533-2101 Fax
ARCH I TEC T S
ADDENDUM NUMBER ONE
DATE OF ISSUANCE:
12-16-13
PROJECT NUMBER:
10002
PROJECT:
KAYSVILLE CITY POLICE
REQUEST FOR
QUALIFICATIONS
ARCHITECT:
JRCA Architects, Inc.
577 South 200 East
Salt Lake City, Utah 84111
This addendum forms part of the RFQ.
General Items:
Item No.
Description
AD1-1
Construction Completion Date: March 2015
AD1-2
Ancillary Building Description: Load bearing masonry building used
pnmanly for storage.
END OF ADDENDUM