A&E RFQ/P Swan Meadows Bus Stops and Turnaround

Agency: Summit County
State: Colorado
Type of Government: State & Local
Category:
  • V - Transportation, Travel and Relocation Services
Posted: Jan 30, 2024
Due: Feb 16, 2024
Publication URL: To access bid details, please log in.
Bid Title: A&E RFQ/P Swan Meadows Bus Stops and Turnaround
Category: Transit
Status: Open

Description:

REQUEST FOR PROPOSALS

for

Request for Qualifications & Proposal for Professional Services

ARCHITECTURAL & ENGINEERING

Swan Meadows Bus Stop and Turnaround

1.30.24

Proposals Due:

February 16 th , 2024, by 3:00 PM MST/MDT

Overview

Summit County Transportation (Owner) hereby invites qualified firm(s) interested in providing Architectural Services to submit a response to this Request for Qualifications and Proposal (RFQ/P) in connection with the Design and Engineering of Swan Meadows Bus Stop and Turnaround in Summit County. The Owner proposes to retain a highly qualified, capable firm(s) to act as the Architect throughout the planning, design and construction. The owner is seeking a lean and efficient design package. The Owner anticipates an expedited design phase with a goal of beginning construction in the Summer 2024

  • 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

Scope of Services

The A/E Scope of Work will generally consist of the requirements in the AIA B133-2014 contract and the following:

All scope of work shall be completed in a collaborative and transparent manner. The Candidate should expect to attend several owner and/or current resident meetings possibly to be held in evenings outside of normal business hours.

Scope of Work shall include (2) Bus Stop structures and Bus Stop Turnaround area.

At all phases of design, the design team is expected to develop a list and design add alternates for the project for the owner to review and make decisions if the alternates will be incorporated into the program.

It is expected the Candidate will provide the following subconsultants at a minimum for this project:

  • Civil Engineering
  • Structural Engineering
  • Geotechnical Engineering
Publication Date/Time:
1/30/2024 8:00 AM
Closing Date/Time:
2/16/2024 3:00 AM
Related Documents:

Attachment Preview

REQUEST FOR PROPOSALS
for
Request for Qualifications & Proposal for Professional Services
ARCHITECTURAL & ENGINEERING
Swan Meadows Bus Stop and Turnaround
1.30.24
Proposals Due:
February 16th, 2024, by 3:00 PM MST/MDT
Overview
Summit County Transportation (Owner) hereby invites qualified firm(s) interested in providing Architectural
Services to submit a response to this Request for Qualifications and Proposal (RFQ/P) in connection with the Design
and Engineering of Swan Meadows Bus Stop and Turnaround in Summit County. The Owner proposes to retain a
highly qualified, capable firm(s) to act as the Architect throughout the planning, design and construction. The owner
is seeking a lean and efficient design package. The Owner anticipates an expedited design phase with a goal of
beginning construction in the Summer 2024
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 A/E Scope of Work will generally consist of the requirements in the AIA B133-2014 contract and the
following:
All scope of work shall be completed in a collaborative and transparent manner. The Candidate should
expect to attend several owner and/or current resident meetings possibly to be held in evenings outside of
normal business hours.
Scope of Work shall include (2) Bus Stop structures and Bus Stop Turnaround area.
At all phases of design, the design team is expected to develop a list and design add alternates for the
project for the owner to review and make decisions if the alternates will be incorporated into the program.
It is expected the Candidate will provide the following subconsultants at a minimum for this project:
Civil Engineering
Structural Engineering
Geotechnical Engineering
The owner’s intent is to have a CM/GC hired to design assist during the design process following the
conceptual design and programing set. The CM/GC will provide pricing for Schematic Design, and
Construction Documents sets.
1. SCHEMATIC DESIGN (SD)
Consisting of SD drawings, outline specifications and other documents illustrating the scale and
relationship of Project components. Schematic Design should include the evaluation of systems for the
project including the ability of the Owner and their staff to operate and maintain the new facility. SD
documents shall be provided to the CM/GC to prepare a construction cost estimate, and the Candidate
shall assist the CM/GC in reviewing and verifying the construction cost estimate.
SCG Version 02.22
2. CONSTRUCTION DOCUMENTS (CD)
Consisting of CD drawings and specifications setting forth in detail the requirements for the
construction of the Project. These shall include a complete set of architectural, civil, site development,
structural drawings.
The Candidate will assist the CM/GC in preparation of a written report summarizing the construction
cost estimate through the completion of this phase of work.
3. CONSTRUCTION ADMINISTRATION
The Candidate must attend construction meetings weekly and as needed based on the stage of
construction and will assist the CM/GC in administration of the project by reviewing and timely return
of submittal and shop drawings, providing observation during construction, and providing project
documentation in the form of supplemental instructions, requests for information, change orders, etc.
The Candidate and its consultants will regularly monitor the progress and performance of the Contractor
and give notice and recommend courses of action to the Owner if the contractual requirements are not
being fulfilled. The Candidate will develop and maintain project files to include a record copy of all
drawings, specifications, addenda, change orders and drawing modifications, shop drawings and
product data. The Candidate will review applications for progress payments and final payments, and
all documents in support of such applications and make the appropriate recommendations to the Owner.
The Candidate will review all scope changes proposed by the Contractor and make recommendations
regarding feasibility and costs.
4. CLOSE OUT & WARRANTY
The Candidate shall coordinate and attend all punch inspections of the project to verify that the project
is substantially complete in accordance with the contract documents. The Candidate shall prepare “as-
built” and record drawings and participate in a final project debriefing meeting as may be scheduled
by the Owner.
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.
Date and time of service
Service will be performed on an ongoing basis beginning in March 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
$500,000 Disease Policy
$1,000,000 Disease Each Employee
b. Commercial General Liability:
i. $1,000,000 Each Occurrence
SCG Version 02.22
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.
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.
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 02.19.24 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:
SCG Version 02.22
Tom Kenyon
Owners Representative
Tom.Kenyon@ArtaicGroup.com
Time Schedule:
RFQ/P Available
Optional Site Visit @ 11:00AM
RFQ/P Clarification Deadline by 3pm
Email all clarification questions to tom.kenyon@artaicgroup.com
RFQ/P Clarification Responses
RFQ/P Due by 3pm
Interview Invitations sent to Short-Listed Candidates
Interviews
Candidate Notified of Selection
Design Phase
Permit application submittal
Construction Commences
01.30.2024
02.7.2024
02.12.2024
02.14.2024
02.16.2024
02.20.2024
02.23.2024
02.26.2024
03.1.2024-05.01.24
05.01.24
6.15.2024
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 Stop and Turnaround
Body Text:
ATTN: Tom Kenyon
Artaic Group
Proposal for: Swan Meadows Bus Stop and Turnaround
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
Transportation Department or Artaic Group by 3:00PM MST/MDT on Feb 19th 2024.
H. Proprietary Information
Any restrictions on the use of data contained within a proposal must be clearly stated in the proposal itself.
SCG Version 02.22
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 7 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.
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.
Scope of Work
Provide an outline of the contractor’s understanding of the project. Summarize the basic approach to providing the
services, and any recommendations on improving efficiencies in the process.
SUBMISSION CHECK LIST
A complete submission includes the following:
1. Cover Letter
2. Firm Information
3. Qualifications
4. Similar Project Experience
5. Project Approach
6. Differentiating Characteristics
7. References
Fees are not to be submitted at this time. A short list of candidates will be invited for interviews and fee proposals
will be required as part of the interview process
Qualifications
Contractor shall furnish a summary of experience on similar projects and be prepared to provide examples. Include a
brief description of past and current projects. Each summary shall include a brief project description and name, address
and phone number of a local contact person involved in the project. The statement of qualifications should also provide
a summary of contractor's ability to successfully complete the requirements of this RFP. The statement of qualification
shall be brief but shall include at a minimum the following:
1. Description of similar projects
2. Capabilities (including equipment) and staff
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.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow NREL Space Assessment Active Contract Opportunity Notice ID SS-2024-3003 Related Notice Department/Ind.

Federal Agency

Bid Due: 12/18/2024

Follow NAF OFF BASE PRIORITY CHILD CARE REFERRALS Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 8/30/2028

Follow NISSC II Follow-on Industry Day Active Contract Opportunity Notice ID FA8723-24-R-0003 Related

Federal Agency

Bid Due: 12/12/2024

Solicitation number Status Due Description Attachments 119-24 Active 10/30/2024 5:00 PM City of

City of Thornton

Bid Due: 10/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.