RFP CM/GC Swan Meadows Bus Shelter and Turnaround

Agency: Summit County
State: Colorado
Level of Government: State & Local
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD10649409907197785
Posted Date: Mar 19, 2024
Due Date: Apr 19, 2024
Source: Members Only
Bid Title: RFP CM/GC Swan Meadows Bus Shelter and Turnaround
Category: Transit
Status: Open

Description:

REQUEST FOR PROPOSALS

for

Construction Manager / General Contractor

For

Swan Meadows Bus Shelter and Turnaround

3.19.24

Proposals Due:

April 19 th , 2024, by 3:00 PM MST/MDT

Overview

Summit County Transportation (Owner) hereby invites qualified firm(s) interested in providing Construction Manager/ General Contractor (CM/GC) Services to submit a response to this Request for Qualifications and Proposal (RFQ/P) in connection with the Bus Shelter and Turnaround located near Swan Mountain Park off Royal Coachman Blvd. The Owner proposes to retain a highly qualified, capable firm(s) to act as the CM/GC through preconstruction, design assist and construction. In addition to providing customary CM/GC services the Candidate will assist with the du-diligence required to assist the design team’s design to meet the owners expectation of a responsible and efficient design.

The project involves the installation of a prefabricated bus shelter at a designated location along with site preparation to ensure the area is conducive to Summit Stage Transit activities. The bus loading and unloading area shall be capable of providing staging for up to two- 40-foot transit vehicles.

Copies of the request are available at www.SummitCountyCO.gov under ‘Bids & Proposals’ or by request Through the owners representative Artaic Group. Contact Tom Kenyon, for additional project information at Tom.Kenyon@artaicgroup.com For security reasons, you must enable JavaScript to view this E-mail address. or 720-538-1618.

Publication Date/Time:
3/19/2024 2:00 PM
Publication Information:
RFP CM/GC for Swan Meadows Bus Shelter and Turnaround
Closing Date/Time:
4/19/2024 3:00 PM
Submittal Information:
Please see attached RFP
Contact Person:
Tom Kenyon - Tom.Kenyon@ArtaicGroup.com
Miscellaneous:
Please see attached RFP and Exhibits
Related Documents:

Attachment Preview

REQUEST FOR PROPOSALS
for
Construction Manager / General Contractor
For
Swan Meadows Bus Shelter and Turnaround
3.19.24
Proposals Due:
April 19th, 2024, by 3:00 PM MST/MDT
Overview
Summit County Transportation (Owner) hereby invites qualified firm(s) interested in providing
Construction Manager/ General Contractor (CM/GC) Services to submit a response to this Request for
Qualifications and Proposal (RFQ/P) in connection with the Bus Shelter and Turnaround located near
Swan Mountain Park off Royal Coachman Blvd. The Owner proposes to retain a highly qualified,
capable firm(s) to act as the CM/GC through preconstruction, design assist and construction. In addition
to providing customary CM/GC services the Candidate will assist with the du-diligence required to assist
the design team’s design to meet the owners expectation of a responsible and efficient design.
The project involves the installation of a prefabricated bus shelter at a designated location along with site
preparation to ensure the area is conducive to Summit Stage Transit activities. The bus loading and
unloading area shall be capable of providing staging for up to two- 40-foot transit vehicles.
Copies of the request are available at www.SummitCountyCO.gov under ‘Bids & Proposals’ or by request Through
the owners representative Artaic Group. Contact Tom Kenyon, for additional project information at
Tom.Kenyon@artaicgroup.com or 720-538-1618.
Scope of Services
The CM/GC Scope of Work will generally consist of the requirements in the AIA A133-2019 and AIA
A201 General Conditions contract.
PRECONSTRUCTION SERVICES
All scopes of work shall be completed in a collaborative and transparent manner. Contractor shall
immediately provide preconstruction services upon selection.
Collaboration As part of the CM/GC process, the Contractor should commit to working together with
the Owner and Design Team in a manner that achieves the project priorities, goals and expectations.
Meeting Attendance The Contractor should expect to attend planning meetings with the project team
and current residents of the community, likely to be held in evenings outside of normal business hours.
Attendance at any pre-construction meetings regarding sustainability, and sub-consultant/engineering
design progress will be required.
Progress Document Reviews & Estimating Contractor shall anticipate on-going pricing exercises to
advise the designer on design decision that do not fit within the project budget or schedule. In addition,
milestone cost estimates will be provided at the conclusion of Schematic Design and during Design
Development if needed; with a detailed report in which cost comparisons are easily understood. Detail
SCG Version 02.22
best estimate reporting will be required to be reviewed and approved before proceeding to the next level
of design. Therefore, timely reporting will be essential.
Constructability Reviews The Contractor shall perform periodic constructability reviews during the
design development phase through construction document phase. These may include construction review
of construction assemblies, materials, lead time, architectural details, schedule impacts, sequencing and
site limitations.
Schedule Contractor will coordinate with team members to establish a detailed construction schedule
identifying long lead items and critical path activities.
Submittals Contractor shall institute a reasonable submittal process in consultation with the Design
Team; and facilitate timely reviews and responses. The Contractor will work with the Owner, Owner’s
Representative and Design Team to plan an acceptable site staging and work plan.
CONSTRUCTION SERVICES
The Contractor shall understand construction methods and techniques. Contractor shall construct the
project in accordance with construction documents and within the scheduled timeframe.
Site Contractor will provide supervision of all internal personnel and subcontractors. Contractor will
ensure prohibited items by law are not brought on-site by those under the Contractor’s responsibility.
Contractor is responsible for site safety. Contractor will work with the Owner’s selected construction
material testing firm to provide appropriate notice of inspection requests.
Schedule Contractor shall manage the construction schedule and communicate the 3-week look ahead
schedule every week and provide updated full project schedules monthly with each application for
payment.
Budget Contractor is responsible for the construction budget and will provide weekly budget updates to
the Owner, Owner’s Representative and Design Team. Pay applications will be provided per the contract
in a timely fashion. A change order control system shall be provided to advise the team of potential
added costs and shall be reviewed on a weekly basis.
Documentation Maintain and provide to the Owner all construction related documentation such as
RFI’s, submittals, schedules and inspections. Contractor shall fulfill contractor’s responsibilities
regarding actions, documentation and submissions for the selected sustainability program.
Quality Quality control is the CM/GC’s responsibility.
Completion & Warranty Close-out and warranty services will be in accordance with contract
documents. CM/GC will work with project team members to proactively and efficiently close out the
project at completion. Contractor will provide warranty request process to the Owner and respond
appropriately and timely to such requests.
Work shall be completed as set forth in a contract for this project to be negotiated with the County \ based upon
the contractor’s written proposal.
SCG Version 02.22
Date and time of service
Service will be performed on an ongoing basis beginning in May 2024. Service will be performed on a regular daily
schedule (Monday through Friday) to be agreed upon prior to contract. Potential schedule should be included in
contractor's written proposal.
Indemnification and Insurance
Contractor shall indemnify and hold harmless the County from and against all claims, damages, losses, and expenses
arising out of or resulting from acts or omissions of the Contractor, Contractor’s sub-contractors or otherwise arising
out of the performance of services by Contractor. No later than seven (7) days following the execution of an
Independent Contractor Agreement between the County and Contractor, the Contractor shall provide the County with
certificates of insurance evidencing the types and amounts of insurance specified below:
a. Worker’s Compensation and Employer’s Liability:
i. Worker’s Compensation must be maintained with the statutory limits.
ii. Employer’s liability is required for minimum limits of:
$1,000,000 Each Accident
b. Commercial General Liability:
i. $1,000,000 Each Occurrence
ii. $2,000,000 General Aggregate
iii. $2,000,000 Products Completed Operations Aggregate
c. Automobile Liability: Contractor will maintain business auto liability coverage covering liability
arising out of any auto (including owned, hired and non-owned autos) used in the performance of
services under this Agreement.
i. $1,000,000 Combined Single Limit Each Accident
Insurance coverage shall not be reduced below the limits described above or cancelled without the County’s
written approval of such reduction or cancellation. Certificates of such insurance, of agents and subcontractors,
shall be provided to the County upon request. With regard to all insurance, such insurance shall:
Be primary insurance to the full limits of liability herein before stated and, should County have other valid
insurance, County insurance shall be excess insurance only; and
Not cancelled without thirty (30) days prior written notice to the County.
Proposal Format
Costs for performing services outlined in this request for proposals shall be clearly stated to allow the County to
effectively evaluate each proposal. Potential daily schedule of services should also be included.
Refinements and Improvements
Applicants should feel free during the proposal submission process to provide any suggestions or comments that
might be advantageous for the County to consider in terms of any efficiencies, issues or processes. The County is
not committed to any single scenario, but efficiency of resources and minimizing impacts are critical in completing
this work.
The following pages contain the RFP instructions and owners requirements.
SCG Version 02.22
Part I - ADMINISTRATIVE INFORMATION
A. Issuing Officer
This Request for Proposals (“RFP”) is issued by Artaic Group on behalf of the Summit County Transportation
Department For questions, please contact Tom Kenyon, at Tom.Kenyon@Artaicgroup.com or 720-538-1618.
Exhibits issued with this RFP
Exhibit A Proposed Shelter and Turnaround location
Exhibit B Draft Contract A133-2019
Exhibit C- Draft Contract A201-2017
B. Purpose
This RFP provides prospective contractors with sufficient information to prepare and submit proposals for
consideration by the County. To be considered responsive, each proposal must provide for completion of the tasks
outlined in the RFP.
C. Scope
This RFP contains the instructions governing the proposals to be submitted and the materials to be included therein.
These are mandatory requirements that must be met to be eligible for consideration.
D. Scheduling
Proposals must be submitted via email to Tom.Kenyon@artaicgroup.com by 04.19.24 no later than 3:00PM
MST/MDT. The proposal should outline the schedule for commencement of service.
E. Inquiries and Questions
Prospective applicants are welcome to make inquiries and ask questions concerning the RFP to obtain clarification
of the any requirements. Direct all inquiries to:
Tom Kenyon
Owners Representative
Tom.Kenyon@Artaicgroup.com
Time Schedule:
RFQ/P Available
Optional Site Visit @ 11:00AM Swan Mountain Park
RFQ/P Clarification Deadline by 3pm
RFQ/P Clarification Responses
RFQ/P Responses Due by 3pm
Interview Invitations sent to Short-Listed Candidates
Interviews
Candidate Notified of Selection
Preconstruction Phase
Construction Commences
03.19.2024
04.04.2024
04.08.2024
04.12.2024
04.19.2024
04.23.2022
TBD
04.29.2024
05.01.22-06.15.2024
06.17.2024
SCG Version 02.22
F. Instructions for Submission of Proposals
It is imperative, when submitting a proposal, that the outside of the submission email be addressed as follows and
with appropriate text in the email subject line and text in the top few lines of the body of the email:
Email Address:
Tom.Kenyon@Artaicgroup.com
Subject Line Text:
Proposal for Swan Meadows Bus Shelter and Turnaround.
Body Text:
ATTN: Tom Kenyon
Artaic Group
1. Contractor's company name
2. Contact name and phone number
G. Late Proposals
It is the responsibility of each vendor submitting a proposal to ensure that emailed proposals arrive to the Artaic
Group by 3:00PM MST/MDT on April 19th, 2024.
H. Proprietary Information
Any restrictions on the use of data contained within a proposal must be clearly stated in the proposal itself.
I.
Response Material Ownership
All materials submitted regarding this RFP become the property of the County and will only be returned at the
County's option.
J. Incurring Costs
The County is not liable for any costs incurred by those who have submitted proposals prior to issuance of a signed
contract.
K. Acceptance of Proposal Content
The contents from the selected contractor’s proposal will become contractual obligations if a subsequent agreement
is reached. Failure of the successful contractor to accept these obligations may result in cancellation of the award and
such contractor may be removed from future solicitations.
L. Acceptance Time
The County intends to make a proposal selection within 20 business days after the closing date for receipt of
proposals.
M. Budget
Costs for performing services must be included in the proposals and should be clearly stated to allow the County to
effectively evaluate each proposal. The anticipated cost for site work, shelter, shelter installation shall have a
budget of $100,000.
PART II PROPOSAL CONTENT
The proposal submitted must clearly address the requirements outlined in the RFP. Any concerns that the firm may
have about meeting these requirements shall be specifically identified in the proposal.
SCG Version 02.22
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >