RFP - St. George City Hall, Parking Structure and Wells Fargo ATM Relocation

expired opportunity(Expired)
From: St. George(City)
22-056

Basic Details

started - 17 Nov, 2022 (16 months ago)

Start Date

17 Nov, 2022 (16 months ago)
due - 05 Dec, 2022 (15 months ago)

Due Date

05 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
22-056

Identifier

22-056
City of St. George

Customer / Agency

City of St. George
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR PROPOSAL RFP 22-056 Construction Manager / General Contractor for the St. George City Hall, Parking Structure and Wells Fargo ATM Relocation Date Issued: Date Proposals Due: Contractor Interviews: Project Owner: Project Architect: Submission Location: November 17, 2022 December , 2022, at 2:00 pm M6T To be scheduled 12/12/22 12/16/22 City of St. George / Facilities Services 175 East 200 North St. George, UT. 84770 Galloway & Company, Inc. 577 South 200 East Salt Lake City, Utah 84111 St. George City Hall Atten: Carlos Robles RFP 22-056 175 East 200 North St. George, UT. 84770 The City of St. George Facilities Services, hereinafter referred to as the Owner, is seeking proposals from qualified proposers to provide construction manager / general contractor (CM / GC) services for the St. George City Hall, Parking Structure and Wells Fargo ATM Relocation (the project). The projects contract documents will be created by Galloway & Company, Inc. and shall be hereinafter referred
to as the Architect. Proposal Requirements: Proposals shall reflect the best and most current information and offers. Proposals received after the deadline will not be considered and will be returned unopened to the proposers. CM / GC responding to this RFP shall have completed similar municipal, county or state facilities utilized for the delivery of Municipal services and activities. The responding firm shall also demonstrate a general history of constructing other projects for municipal, county or state agencies. Page 1 of 8 3 St. George REQUEST FOR PROPOSAL Page 2 of 8 To be considered for the project, the consultant shall submit five (5) copies of its complete proposal. Materials shall be 8" x 11", portrait format. Charts may be in 8" x 11" x 17" landscape style format. Proposals 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 proposal. The proposal shall not exceed 25 pages, exclusive of covers and dividers. All proposals shall become the property of the Owner. Information contained in the proposal must be clearly marked and delineated. The Owner may release any information contained in the proposal that is not marked and delineated as proprietary 30 days following the execution of a contract for services. The Owner reserves the right to reject any or all proposals, to waive any informality or technicality, or to accept proposals deemed to be in the best interest of the Owner. I. INTENT OF REQUEST FOR PROPOSALS It is the intent of the Request for Proposal to generally set forth the minimum acceptable requirements for the proposal to be submitted herein. II. DESCRIPTION OF THE PROJECT Wells Fargo ATM Relocation: The project includes the creation of a new drive-up ATM. The work includes site modifications, the demolition of a small building, the building of a new retaining wall and power and data relocation. City Hall: The project includes the building of a new 63,000 S.F. City Hall building. The building will feature a community room on the North side of the facility and city offices on the South side of the facility. The 2 different functions will be separated by a large 60 Atrium. To the South of the facility will be a large plaza area. Parking Garage: The project includes the building of a new 4-story 145,000 S.F. parking garage. The parking garage will be comprised of a post-tensioned slab and will have approximately 300 parking stalls. REQUEST FOR PROPOSAL Page 3 of 8 Site Work modifications and improvements adjacent to both structures will also be included. III. ESTIMATED PROJECT SCHEDULE Design and Construction Documents will be prepared by the Architect. Wells Fargo ATM Relocation is anticipated to begin January 2023, with completion prior to the City Hall and Parking Garage start date. City Hall and Parking Garage Construction are anticipated to begin in April 2023, with substantial completion within 18 months. IV. SUBMITTAL OF PROPOSAL Proposals shall be submitted in sealed envelopes, with the project title and proposers name clearly marked on the face of the envelope. To be considered, proposers must complete all requirements and submit the same on or before the specified time and date for proposal submittal. Proposals shall remain valid for a period of ninety (90) days from the due date. V. SIGNATURE ON PROPOSAL Proposals must be signed by an authorized representative of the proposers name thereon. The signature on the proposal shall be interpreted to signify the proposers intent to comply with all required services. VI. SCOPE OF WORK The CM / CG services shall include the following services and activities: Collaborate with The Owner and Architect (and consulting engineers) throughout the design and pre-construction phases of this project providing Cost Estimating, Project Construction Scheduling, Review and Recommendations regarding Building Systems and Materials, and Potential Project Phasing. The CM / GC will prepare detailed cost estimates at the completion of the Design Development and Construction Document Phases of work and will collaborate with the Owner, the Architects Cost Estimator, Engineers and Consultants, and potential subcontractors to develop a consensus. Propose and provide the cost of alternate systems and products and materials being considered. Develop (CPM) Project Schedule. REQUEST FOR PROPOSAL Page 4 of 8 CM / GC 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 regulations. Applicant 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 of Plan Check, Building Permits, Impact Fees, and Builders Risk Insurance will be paid by the Owner. Guarantee the work for at least one (1) year after Substantial Completion and correct deficiencies discovered during the warranty period. VII. FORMAT OF PROPOSAL The CM / GC will be selected based upon several factors, including, but not limited to, experience, staff, qualifications, project superintendent, approach to the project, project references, safety information, and interview of finalists. Proposals submitted in response to this RFP will be reviewed and ranked by a Selection Committee. A select number (at least three, if there are at least three qualified firms) may be invited to an interview. Contract negotiations will be initiated with the highest-ranking firm. The Proposal should include the following clearly marked sections: a. INTRODUCTION TO FIRM | Provide a brief introduction to the qualifications and background of your firm. b. PROJECT TEAM | Provide an Organizational Chart of all major participants of your firms proposed Project Team. Include resumes of principals, project managers, project engineers, cost estimators, quality control managers, superintendents, and other primary representatives who will be directly involved in the overall project. c. RELEVANT CONSTRUCTION EXPERIENCE | Provide a listing of 5 projects of the CM / GCs relevant construction experience. For each listed project, indicate whether or not the project was constructed on time and the number and amount of change orders. REQUEST FOR PROPOSAL Page 5 of 8 d. PROPOSED APPROACH | Describe how your firm will approach the scheduling and construction phase aspects of the Project. Describe your firms overall construction philosophy and how it will be applied to this project. Discuss how you will work with the Owners Staff, Architect and Consulting Engineers to ensure that the Owners needs are adequately met. Outline how you will encourage and include suppliers and sub-contractor based in the Greater St. George Area. e. SCHEDULE | Describe how your firm will achieve the final completion of the project within the schedule described and if this schedule is reasonable. Provide a brief bar chart and show a minimum of 20 activities for the 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 similar projects. g. FEE PROPOSAL | The fee for CM / GC services is to be based on a fixed fee for all pre-construction services and a percentage of the total construction cost for the construction phase of the work. A minimum of three sub-bids (from subcontractors and suppliers approved by the Owner) will be required on all items which cost more than $5,000.00, and the Owner will have open book access to all bids received. REQUEST FOR PROPOSAL Page 6 of 8 Provide the following items: 1. An itemized list of General Condition items included and the associated cost. This also shall include all items listed in the attached Section 01 5000 - Temporary Facilities and Controls. Include the cost of all subcontractor bonds as not-to-exceed amounts. Any additional cost of subcontractor bonds not included in the Proposal will not be paid by the Owner. 2. Fee for Overhead as a percent of the Cost of Work. 3. Fee for Profit as a percent of the Cost of Work. 4. All General Contractor charges shall be included in the Fee for Overhead listed above. These charges include but are not limited to: a. Bonds and Insurance (including sub-contractor Bonds). b. General Contractors Personnel (both on and off-site). 5. General Contractors Contingency. (CM/GC shall indicate in his proposal what percentage of unused contingencies will be returned to the Owner.) 6. Fee for Pre-Construction Services 7. Maximum Fee for Change Orders. GC may elect to propose a reduction in fees for Change Orders. a. Performed by general contractor: 10% Maximum b. Performed by sub-contractors: 10% Maximum c. Material changes only: 05% Maximum The Owner reserves the right to cancel the award of this contract at any time before execution of the contract by both parties if cancellation is deemed to be in the Owners best interest. In no event shall the Owner have any liability for the cancellation of the award. The contractor assumes the sole responsibility for all expenses connected with the preparation of this proposal. VIII. SELECTION CRITERIA This is not a bid process. Selection will be primarily based on qualifications. The first team of choice will be asked to complete negotiations of their proposed fee. If no agreement can be reached, which is mutually accepted and agreed upon, then the Owner will meet with the second team of choice and so on, until a final agreement has been negotiated and executed. Teams will be ranked based on the following criteria and weighted percentages: REQUEST FOR PROPOSAL Page 7 of 8 20% CM / GC Experience with Similar Projects 20% Proposed Project Team / Individuals Assigned to Job 20% Approach to Perform the Work 20% Scope of Services Proposed 20% Fee IX. TERMS OF CONTRACT The Owner will require that the selected proposer be willing to negotiate, and enter into, a written agreement with the Owner to provide all services required within the scope of services as submitted by the proposer in its proposal. The Owners Attorneys Offices, working with the selected proposer, will negotiate the agreement. All provisions of the agreement shall comply with State and Federal laws. The terms of the agreement between the selected proposer and the Owner shall include the following provisions: a. It is anticipated that the CM / GC will provide a GMP after the completion of the Construction Documents. If the CM / GC fails to provide a GMP within the Owners budget, the Owner may at their option (1) increase the project budget, (2) require the CM / GC to work with the Owner and the Architect to develop value-engineering alternatives to reduce the GMP, or (3) terminate the agreement with the CM / GC and commence negotiations with the next ranked CM / GC or (4) follow alternate bidding procedures. The CM / GC will be compensated for past pre-construction consulting per the amount identified within the signed agreement. b. If the CM / GC has worked satisfactorily in the pre-construction phase of the project in the opinion of the Owner and the Architect, and the owner determines to move forward with the construction of the project, it would be the intent of the Owner to contract with the CM / GC to continue into the Construction Phase of the Project. c. If qualified, the CM / GC may build any portion of the project with his own forces. CM/GC will provide three (3) competitive bids for all self-performed work. For all CM/GC self-performed work, the CM/GC shall provide the Owner with a sealed bid document 24 hours prior to receipt of sub-contractor bids. The CM/GC shall identify all anticipated self-performed work in the Proposal. d. Books are open and organized for monthly Owner review, with separate general conditions, fees, and contracted work correlated with the construction cost estimate. e. A CM / GC 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. REQUEST FOR PROPOSAL Page 8 of 8 f. The contract form will be AIA A133-2019. g. Contract General Conditions to be provided by the CM/GC and included in the agreement are as defined in the AIA A201-2017 document. h. Liquidated Damages will be imposed at $1,500.00 per calendar day beyond Substantial Completion as defined within AIA A201. i. Refer to attached Exhibit A for Owners insurance requirements. j. Refer to attached Exhibit B for specification section 01 5000 Temporary Facilities and Controls. k. Refer to attached Exhibit C for preliminary scoping drawings. X. GENERAL INFORMATION Response to this Request for Proposal is at the proposers sole risk and expense. The Owner anticipates selecting one of the responding proposers, but there is no guarantee that any responding proposer will be selected. It is the Owners policy to encourage equal opportunity in its professional services and contracts. The Owner endeavors to do business with proposers that share the Owners commitment to equal opportunity, and will not do business with any proposer that discriminates on the basis of race, religion, color, ancestry, age, gender, gender identity, sexual orientation, disability, medical condition, or place of birth. The Owner appreciates in advance the efforts that proposers will make in behalf of this project and looks forward to participating with proposers in the selection process. All questions, comments, and requests for information regarding this RFP shall be directed to: Carlos Robles St. George City Facilities Services Manager 435.627.4126 carlos.robles@sgcity.org Chris Child Galloway & Company, Inc. Project Manager 801.533.2100 chrischild@gallowayus.com No other members of the Owners Project Committee, Owners Staff, and Elected Officials may be contacted regarding this RFP. St George City New City Hall 015000 - 1 Temporary Facilities and Controls SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary telecommunications services. C. Temporary sanitary facilities. D. Temporary Controls: Barriers, enclosures, and fencing. E. Vehicular access and parking. F. Waste removal facilities and services. G. Project identification sign. H. Field offices. 1.02 RELATED REQUIREMENTS A. Section 015100 - Temporary Utilities. B. Section 015213 - Field Offices and Sheds. C. Section 015500 - Vehicular Access and Parking. 1.03 TEMPORARY UTILITIES - SEE SECTION 015100 1.04 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for telecommunications services to field office at time of project mobilization. B. Telecommunications services shall include: 1. Internet Connections: Minimum of one ; Cable modem or faster. 1.05 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. 1.06 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by governing authorities for public rights-of- way and for public access to existing building. C. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.07 FENCING A. Construction: Contractor's option. B. Provide 6 foot (1.8 m) high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.08 EXTERIOR ENCLOSURES A. Provide temporary insulated weather tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification sections, and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. St George City New City Hall 015000 - 2 Temporary Facilities and Controls 1.09 INTERIOR ENCLOSURES A. Provide temporary partitions and ceilings as indicated to separate work areas from Owner- occupied areas, to prevent penetration of dust and moisture into Owner-occupied areas, and to prevent damage to existing materials and equipment. B. Construction: Framing and reinforced polyethylene sheet materials with closed joints and sealed edges at intersections with existing surfaces: 1.10 VEHICULAR ACCESS AND PARKING - SEE SECTION 015500 A. Coordinate access and haul routes with governing authorities and Owner. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide means of removing mud from vehicle wheels before entering streets. D. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off-site parking. E. Designate one parking space for Owner and Architect use. 1.11 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be recycled or re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 1.12 PROJECT IDENTIFICATION A. Provide project identification sign of design, construction, and location approved by Owner. B. No other signs are allowed without Owner permission except those required by law. 1.13 FIELD OFFICES - SEE SECTION 015213 A. Office: Weathertight, with lighting, electrical outlets, heating, cooling equipment, and equipped with sturdy furniture, drawing rack, and drawing display table. B. Provide space for Project meetings, with table and chairs to accommodate 6 persons. C. Locate offices a minimum distance of 30 feet (10 m) from existing and new structures. 1.14 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Date of Substantial Completion inspection. B. Remove underground installations to a minimum depth of 2 feet (600 mm). Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION LOADING DOCK ACCESS EASEMENT ELECTRICAL TRANSFORMER AND SWITCH GEAR CIVIC CENTER 305+/- STALL PARKING GARAGE CIVIC PLAZA/EVENT SPACE FUTURE RETAIL SPACE REMOVEABLE BARRIER REMOVEABLE BARRIER P E D E S T R IA N A C C E S S AMPHITHEATER LIKE SEATING ~5500 SQ. FT. PER FLOOR BUILDING FOOTPRINT 36,500 SQ. FT. BUILDING FOOTPRINT 29,285 SQ. FT. 17,000 SQ. FT. This information is copyrighted by Galloway & Company, Inc. All rights reserved. 0' 20' 40' 80' ' SCALE: 1" = 20'-0" St. George City Hall ARCHITECTURAL SITE PLAN St. George City 8/11/2022 we v.04 4 . \ This information is copyrighted by Galloway & Company, Inc. All rights reserved. 0' 8' 16' 32' SCALE: 1/8" = 1'-0" St. George City Hall THIRD FLOOR PLAN St. George City 11/16/22 Se ' ff. FF. TS Ld VAS St. George City Hall mo p This information is copyrighted by Galloway & Company, Inc. All rights reserved. 0' 8' 16' 32' SCALE: 1/8" = 1'-0" St. George City Hall FIRST FLOOR PLAN St. George City 11/16/22 ~ \ fP \ fF ~~ Lo This information is copyrighted by Galloway & Company, Inc. All rights reserved. 0' 8' 16' 32' SCALE: 1/8" = 1'-0" St. George City Hall PRESENTATION ELEVATIONS St. George City 11/16/22 SCALE 1/8" = 1'-0"AE360 A1 WEST PRESENTATION ELEVATION SCALE 1/8" = 1'-0"AE360 B1 SOUTH PRESENTATION ELEVATION ae 2 s z 4 | i Ll i Tf This information is copyrighted by Galloway & Company, Inc. All rights reserved. 0' 8' 16' 32' SCALE: 1/8" = 1'-0" St. George City Hall PRESENTATION ELEVATIONS St. George City 11/16/22 SCALE 1/8" = 1'-0"AE361 B1 NORTH PRESENTATION ELEVATION SCALE 1/8" = 1'-0"AE361 A1 EAST PRESENTATION ELEVATION

175 East 200 North,St. George, Ut 84770Location

Address: 175 East 200 North,St. George, Ut 84770

Country : United StatesState : Utah

You may also like

FIRE STATION #4 - PARKING LOT REHABILITATION

Due: 29 Mar, 2024 (Tomorrow)Agency: White County

Cherry Hill Village Phase Zero Parking Lot

Due: 11 Apr, 2024 (in 14 days)Agency: Town of South Kingstown

City Hall Xeriscaping

Due: 02 Apr, 2024 (in 5 days)Agency: Utah Division of Purchasing

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.