BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work and new construction of a fire / police facility in Surprise, Arizona. Completed plans call for the construction of a 25,000-square-foot fire / police facility; and for site work for a 25,000-square-foot fire / police facility.

1. Introduction 1.1. Summary The City of Surprise is accepting Statement of Qualifications (SOQ) from qualified construction manager/general contractor firms to perform Construction Manager at Risk (CMAR) services for the new construction of a Police Substation that sits on a 5-acre site to be fully developed for the station located at 163rd Ave & San Ysidro in Surprise, AZ as indicated in the scope of work and construction specifications included in the Request for Qualifications (RFQu) document. The CMAR must have experience in building Municipal Buildings such as but not limited to Police Stations, Fire Stations, Prisons, or an Administration Building like City Hall. 1.2. Background The City of Surprise is currently under contract with Perlman Architects of Arizona. The architect has provided services of the conceptual design for the Police Substation; therefore, the awarded contractor will be working alongside Perlman Architects of Arizona to design and construct this new construction project. 1.3. Contact Information Project Contact: Greg Armey Project Manager 16000 N. Civic Center Plaza Surprise, AZ 85374 Email: gregory.armey@surpriseaz.gov Phone: (623) 222-6030 Procurement Contact: Misty Gomez Procurement Officer Sr 16000 N. Civic Center Plaza Surprise, AZ 85374 Email: misty.gomez@surpriseaz.gov Phone: (623) 222-3722 Department: Procurement Information regarding the requirements of this RFQu as well as the entire information package can be downloaded from the City's e-Procurement Portal. The City shall not be held responsible for any oral instructions or formal documentation of any information exchange during a pre-proposal meeting. Any changes to this Request for Qualifications will be in the form of a published amendment. All technical questions regarding this Request for Qualifications must be submitted in writing via e-mail. Please reference 25-001, CMAR Police Substation # 1 in all your communications to the City. Project Overview Project Overview This project consists of a new facility at 163rd Ave & San Ysidro, Surprise, Arizona as approved in the Master Plan provided by Perlman Architects of Arizona. The Police Substation will be designed to be a long-lasting, durable facility constructed primarily of masonry and steel. the project deliverables outline the construction specifications as follows: Approximately 25,000 Sq. Ft. substation Include mission critical spaces for patrol, investigations, and command staff as well as a public facing community / training room. Includes an animal control component and processing / holding areas at the rear of the station. Includes progressive technology trends and systems to allow the Police Department to adapt to changing industry requirements. Provide public parking and a secured parking area for staff and animal control functions. Provisions for covered parking and current / future electric vehicle charging will also be included. 4. Scope of Work 4.1. Scope of Services It is the City of Surprise's intention to award a contract for Construction Manager at Risk for pre-construction and construction-phase services for the construction of the new Surprise Police Substation at 163rd Ave & San Ysidro, Surprise, Arizona. The CMAR will provide pre-construction management services during the design phase of the project and may serve as the General Contractor for the construction of the project. The CMAR team will be required to closely work together with all involved parties. The design and construction teams will be responsible to define, monitor, and stay within the project budget and schedule. The budget is set for this project and additional funds are not available. The CM@Risk contractor for the project will ensure the team is adhering to the project schedule and will be responsible to provide repetitive cost and constructability alternatives throughout the pre-construction and construction process. The CM@R will provide pre-construction management services during the design phase of the project and may serve as the General Contractor for the construction of the project. At some point prior to construction, the CM@Risk will assume the risk of delivering the project through a Guaranteed Maximum Price (GMP) contract. GMP means the sum of the maximum cost of the Work; the CM@R construction fee; general conditions fee; taxes, bonds, insurance costs; and bid contingency as proposed and approved. The approved GMP will be made part of the Construction Services Agreement by executing an amendment or additional amendments for phased construction. The CM@Risk will be responsible for construction means and methods and may be required to solicit bids from pre-qualified subcontractors to perform the work. The CM@Risk may also decide for the firm to perform specific work packages. Phase 1: Pre-construction Phase Services by the CM@Risk may include the following: a. Team building/partnering b. Management plans c. Value analysis/engineering d. Constructability reviews including identification of plan/specification conflicts, errors and omissions e. Cost Model/Budget f. Phasing Analysis/Sequencing/Construction Schedules g. Estimating/Price/GMP h. Building code/permitting analysis i. Utility coordination with providers and existing infrastructure j. Bid package strategy (subcontracting, SBE compliance) k. Identification of specialized materials and ordering of long lead-time proposals l. Integration of means, methods and materials in relation to general, sustainable development Phase 2: Construction Phase Services by the CM@Risk may include the following: a. Team management/coordination b. Underground utility location c. Critical Path Scheduling d. Submittal processes/coordination/management e. Cost controls/change order management f. Subcontract QC g. Field management h. Safety/QC programs i. Special inspections and materials testing coordination j. Project close out/warranty period services 10. Special Terms and Conditions 10.1. PURPOSE Pursuant to provisions of the City Procurement Code, the City of Surprise, Procurement Division intends to establish a contract for Construction Manager at Risk (CMAR) . 10.2. AUTHORITY This Solicitation as well as any resultant Contract is issued under the authority of the City Procurement Manager. No alteration of any resultant Contract may be made without the express written approval of the City Procurement Manager in the form of an official Contract Amendment. Any attempt to alter any Contract without such approval is a violation of the Contract and the City Procurement Code. Any such action is subject to the legal and contractual remedies available to the City inclusive of, but not limited to, contract cancellation, suspension, and/or debarment of Contractor. 10.3. OFFER ACCEPTANCE PERIOD In order to allow for an adequate evaluation, the City requires an Offer in response to this Solicitation to be valid and irrevocable for One-Hundred Twenty (120) days after the opening time and date. 10.4. TERM OF CONTRACT The term of any resultant Contract shall commence on the date of award and shall continue for a period of one (1) year thereafter, unless terminated, cancelled or extended as otherwise provided herein. 10.5. CONTRACT EXTENSION By mutual written Contract Amendment, any resultant Contract may be extended for supplemental periods of up to a maximum of four (4), one (1) year renewals. 10.6. CONTRACT TYPE Firm Fixed Price 10.7. MULTIPLE AWARD In order to assure that any ensuing Contracts will allow the City to fulfill current and future requirements, the City reserves the right to award Contracts to multiple companies. The actual utilization of any Contract will be at the sole discretion of the City. The fact that the City may make multiple awards should be taken into consideration by each potential Offeror. 10.8. PAYMENT Payment terms are Net 30 from receipt of a correct invoice as deemed by the City. The City will make every effort to process payment for the purchase of Goods or Services within thirty (30) calendar days after receipt of said Goods and/or Services and a correct notice of amount due, unless a good faith dispute exists as to any obligation to pay all or a portion of the account. Invoices will itemize all Goods and/or Services completed up to the date of the invoice and provide sufficient detail about the Services completed to support the payment requested. 10.9. PRICE REDUCTION A price reduction adjustment may be offered at any time during the term of a Contract and shall become effective upon notice. 10.10. AFFIRMATIVE ACTION REPORT It is the policy of the City of Surprise that suppliers of Goods and/or Services to the City adhere to a policy of equal employment opportunity and demonstrate an affirmative effort to recruit, hire, and promote regardless of race, color, religion, gender, national origin, age, or disability. 10.11. PERFORMANCE BOND Contractor shall be required to furnish non-revocable security binding Contractor to provide faithful performance of the Contract in the amount of one hundred percent (100%) of the total Contract price payable to the City of Surprise. Performance security shall be in the form of a performance bond, certified check, or cashier's check. This security must be in the possession of the City of Surprise, Procurement Division within the time specified or ten (10) days after notice of award if no period is specified. If Contractor fails to execute the security document as required, Contractor may be found in default and the Contract terminated by the City. In case of default, the City reserves all rights. All performance bonds must be executed on forms attached. All performance bonds duly executed by the Bidder as Principal and having as Surety thereon a Surety Company approved by the City and holding a Certificate of Authority to transact surety business in the State of Arizona, by the Arizona Department of Insurance. Individual sureties are unacceptable. All Insurers and Sureties shall have at the time of submission of the proposal and AM Best rating of "A-" or better. 10.12. PAYMENT BOND Contractor shall be required to furnish non-revocable security for the protection of all persons supplying Goods and/or Services to Contractor or any subcontractor for the performance of any work related to the Contract. Payment security shall be in the amount of one hundred percent (100%) of the total Contract price and be payable to the City of Surprise. Payment security shall be in the form of a payment bond, certified check, or cashier's check. All payment bonds must be executed on forms attached, duly executed by the Bidder as Principal and having as Surety thereon a Surety company approved by the owner and holding a Certificate of Authority to transact surety business in the State of Arizona, by the Arizona Department of Insurance. Individual sureties are unacceptable. All Insurers and Sureties shall have at the time of submission of the proposal and A.M. Best's Key Rating Guide of "A-" or better as currently listed in the most recent Best Key Guide, published by the A.M. Best Company, payable without condition to the Owner. 10.13. LIEN WAIVER RELEASE A Conditional Lien Waiver and Release (referred to as "Waiver" under this paragraph) may be requested prior to any payment made by City and is required prior to any final payment. The Waiver shall provide full, final and unconditional certification and affidavit that all of Contractor's obligations to subcontractors, suppliers, and other third parties for payment for Goods and/or Services related to the Scope of Work have been paid or otherwise satisfied. The City also reserves the right to require full, final, and unconditional waivers and release of mechanics or construction liens, releases of trust fund or similar claims, and release of security interests or encumbrances on the Project property from each subcontractor, supplier, or other person or entity who has, or might have a claim against the City or the City's property. 10.14. LIQUIDATED DAMAGES If liquidated damages are assessed, such damages shall be calculated at the rate specified in the Maricopa Association of Governments ("MAG") Section 108.9 per calendar day. If the Contract is not terminated, Contractor shall continue performance and be liable to the City for the liquidated damages until the Goods are delivered and/or Services performed. In the event the City exercises its right of termination, Contractor shall be liable to the City for any excess costs, and in addition, for liquidated damages until such time the City may reasonably obtain delivery or performance of similar Goods and/or Services. 10.15. KEY PERSONNEL It is essential that Contractor provide adequate experienced personnel, capable of and devoted to the successful accomplishment of the Services to be performed under this Contract. Contractor must agree to assign specific individuals to the key positions. Contractor agrees that, once assigned to work under this Contract, key personnel shall not be removed or replaced without written notice to the City. If key personnel are not available for work under this Contract for a continuous period exceeding thirty (30) calendar days, or are expected to devote substantially less effort to the work than initially anticipated, Contractor shall immediately notify the City, and shall, subject to the concurrence of the City, replace such personnel with personnel of substantially equal ability and qualifications. 10.16. SERIAL NUMBERS Offers shall be for equipment on which the original manufacturer's serial number has not been altered in any way. Throughout the Contract term, the City reserves the right to reject any altered equipment. 10.17. SAFETY STANDARDS All Goods supplied and/or Services provided under this Contract will comply with the current applicable federal and State Occupational Safety and Health Standards, the National Electric Code, and the National Fire Protection Association Standards. Contractor will be responsible for ensuring that the above-referenced safety standards are met and acknowledges that Contractor has general supervisory authority over the worksite, including the power to correct safety and health violations. This would include the power to require subcontractors to correct violations of the above-referenced. Contractor is responsible for how frequently and closely Contractor needs to inspect to meet the standard of reasonable care for the above-referenced safety standards. 10.18. SHIPPING TERMS Prices shall be F.O.B. Destination Pre-Paid and Allowed to the delivery location designated herein. Contractor shall retain title and control of all Goods until they are delivered and the contract of coverage has been completed. All risk of transportation and all related charges shall be the responsibility of Contractor. All claims for visible or concealed damage shall be filed by Contractor. The City will notify Contractor promptly of any damaged Goods and shall assist Contractor in arranging for inspection. 10.19. DELIVERY Delivery shall be made within N/A days of receipt of a purchase order. 10.20. TAXES Prices offered shall include all applicable State and local taxes. The City will pay all applicable taxes. Taxes must be listed as a separate item on the price sheet attached to this Solicitation and on all invoices. The City of Surprise is exempt from Federal Excise Tax, including the Federal Transportation Tax. 10.21. WARRANTY Each Offer shall include a complete and exclusive statement of the product warranty. 10.22. TRAINING Each Offer shall include a complete statement of the training that shall be provided by Contractor for the Goods supplied. 10.23. SAMPLES Samples of Goods, when requested, must be submitted within a reasonable period of time. Unless otherwise specified by the City of Surprise, Procurement Division, samples will be furnished, at no expense to the City. They must be identified as to supplier, manufacturer, part number, model number, type, grade, applicable stock number, etc. If not destroyed by testing, samples will be returned at Contractor's request and expense. If no instructions are received for their return, samples will be discarded 30 days after award date. 10.24. IDENTITY THEFT PREVENTION Contractor shall establish and maintain Identity Theft policies, procedures, and controls for the purpose of assuring that "personal identifying information," as defined by A.R.S. 13-2001(10), as amended, contained in its records or obtained from the City or from others in carrying out its responsibilities under the Contract, is protected at all times and shall not be used by or disclosed to unauthorized persons. Persons requesting such information should be referred to the City. Contractor also agrees that any "personal identifying information" shall not be disclosed other than to employees or officers of Contractor as needed for the performance of its duties under the Contract. Contractor agrees to maintain reasonable policies and procedures designed to detect, prevent, and mitigate the risk of identity theft. Contractor is required under this Contract to review the City of Surprise's Identity Theft Program and to report to the Program Administrator any Red Flags as defined within that program. At a minimum, Contractor shall have all of the following Identity Theft procedures in place: Solicit and retain only the "personal identifying information" minimally necessary for business purposes related to performance of the Contract; Ensure that any website used in the performance of the Contract is secure. If a website that is not secure is to be used, the City shall be notified in advance before any information is posted. The City reserves to right to restrict the use of any non-secure websites under this Contract; Ensure complete and secure destruction of any and all paper documents and computer files at the end of the contracts retention requirements; Ensure that office computers are password protected and that computer screens lock after a set period of time; Ensure that offices and workspaces containing customer information are secure; and Ensure that computer virus protection is up to date. 10.25. CONFIDENTIALITY AND OWNERSHIP OF RECORDS, INFORMATION AND DATA Contractor must establish and maintain procedures and controls that are acceptable to the City for the purpose of ensuring that information contained in its records, on its servers or any cloud-based storage solution, or obtained from the City or from others in carrying out its obligations under this Contract will not be used or disclosed by Contractor, its agents, officers, or employees, except as required to perform Contractor's duties under this Contract. Persons requesting such information should be referred to the City. Contractor also agrees that any information pertaining to individual persons will not be divulged other than to employees, agents, or officers of the Contractor as needed for the performance of duties under this Contract. Contractor understands and agrees that any and all customer information, meter reads, consumption history, and/or other information or data obtained by Contractor in the performance of this Contract are the sole and exclusive property of the City of Surprise. The City of Surprise exclusively owns and controls said customer information, meter reads, consumption history, and/or other information or data regardless of where or how Contractor elects to collect or store said information or data. Question Deadline 09/26/2024 at 12:00 AM MT Final Date/Time for Questions

GC Bidding

Fire / Police

$57,000,000.00

Public - City

New Construction, Site Work

4

7

3

Subscribe For Documents

52 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
89
Active Projects
44
Bidding Soon
1,015
All Active Projects
448
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Unlock Winning Bids!

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.