Similar Projects
Bubble Room Coin-Operated Laundry
New Construction, Renovation - 4,203 SF
Conception
Shawnee, KS 66203

Pomona Office Renovation
Renovation
Design
Pomona, KS

Lenexa Justice Center Renovation
Renovation
Design
$73,000,000 est. value
Lenexa, KS 66219

Kansas Neurological Institute Emergency Generator Modifications
Renovation
Bidding
$248,000 CJ est. value
Topeka, KS 66612

Reno County Solid Waste - Cell 8 Construction
Infrastructure
Bidding
$540,000 CJ est. value
Hutchinson, KS 67501

Security System at New Municipal Services Building
Renovation
Sub-Bidding
$20,000 CJ est. value
Dodge City, KS 67801

HVAC Municipal Services Building
Renovation
Sub-Bidding
$400,000 CJ est. value
Dodge City, KS 67801

2021 On-Call Construction Services
Post-Bid
Shawnee, KS

Leavenworth County JDC Conversion
Renovation
Post-Bid
Leavenworth, KS 66048

Mankato Wash Building Repair
Renovation
Results
$20,000 est. value
Belleville, KS 66935

Max Industrial Building Interior
New Construction
Results
$750,000 est. value
Hutchinson, KS 67501

New Operations Service Center
New Construction
Pending Verification
Olathe, KS

Mcconnell AFB - Multiple Award Construction Contract (MACC)
New Construction, Renovation, Addition
Design
$2,000,000 to $10,000,000 est. value
McConnell AFB, KS 67221

Department for Children and Families Myriad Building Lobby Remodel
Build-out
Bidding
$1,000,000 CJ est. value
Topeka, KS 66603

Dodge City Municipal Services Building Roof Replacement
Renovation
Sub-Bidding
$200,000 CJ est. value
Dodge City, KS 67801

Last Updated 08/16/2022 11:03 AM
Project Title

RFP D/B - Renovations of 304 N 9th Street

Physical Address View project details and contacts
City, State (County) Garden City, KS 67846   (Finney County)
Category(s) Government/Public
Sub-Category(s) Misc. Buildings
Contracting Method Competitive Bids
Project Status Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $300,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

1. REQUEST FOR PROPOSALS. The City of Garden City, Kansas ("City") is requesting proposals from qualified firms or individuals to provide design and construction management services for the renovation of the Law Enforcement Center (LEC) located at 304 N. 9th Street, Garden City, Kansas, and for construction administration services for the renovation. The LEC remodel will encompass approximately 7,000 square feet of the entire building as further described below. 2. BUILDING VISION. The City plans to remodel space within the LEC that was previously used for other services and now will be used for Garden City Police Department functions. Garden City Police Department will expand investigations and patrol into the basement of the LEC and adjust those current uses on the main level into other Garden City Police Department functions. The remodel is generally cosmetic with a small amount of plumbing and electrical work. 3. ESTIMATED SCHEDULE. 06/21/22 RFP Release 06/21/22-04/22/22 Facility Walk Through (by appointment) 07/12/22 RFP Due to City Staff 07/19/22 Award/Notification of RFP 08/01/22 Completion of Kickoff Meeting and Facility Analysis 08/29/22 Draft Documents due to City Staff 09/05/22-09/06/22 Document Review-City Commission/County Commission 09/20/22 Site Plan and Contractor RFP-City Commission 4. SCOPE OF WORK. City requires services for two phases of the LEC renovation project: a Pre-Construction Phase followed by a Construction Services Phase. a. Pre-Construction Phase. The professional services during this phase shall include, but not be limited to, initial pre-planning, front-end schematic design for the purposes of notifying elected officials, completing site plan inspections, producing necessary pre-determined schematic drawings and other displays of the floor plan, estimating itemized construction budget and itemized operational budget, and working with City to solicit bids for construction. b. Construction Services Phase. The professional services during this phase shall include, but not be limited to, construction management, design construction administration, field supervision, coordinating subcontractors, maintain quality, meeting schedules, providing the general conditions work for the project, and if necessary, HVAC and electrical engineering services. 6. CONTENTS OF PROPOSAL. Proposals shall clearly indicate the legal name, address, and telephone number of the Qualified firm or individuals (company, firm, partnership or individual). All expenses for making this bid to City shall be borne by the Qualified firm or individuals. All bids shall be received by July 14, 2022, by 2:00 p.m. Any bid received after this time and date will not be considered. Vendors have the sole responsibility to have their bid received by the City at the above address and by the above stated time and date. 7. MINIMUM QUALIFICATIONS. The proposal must demonstrate that the proposer has the resources and capabilities to provide the requested design and construction management services as prescribed in the RFP. Qualified individuals or firms shall submit documentation with their proposal demonstrating compliance with the minimum qualifications. The following criteria shall be met in order to be considered in this RFP: a. Vendor shall be a business in good standing, free of any current litigation. b. Vendor shall have at least five (5) years of similar experience in architectural and engineering services. c. Vendor must be able to provide services in accordance with applicable city codes and ordinances. 8. PROPOSAL REQUIREMENTS. The proposal shall provide information necessary for City to evaluate the qualifications, experience and expertise of the proposing firm to perform the requested services. The vendor shall make a written proposal which presents an understanding of the work to be performed. The proposal should address each requirement in "Scope of Work" and be specific in presenting their qualifications. Proposals should be as thorough and detailed as possible but written clearly and concisely so that City may properly evaluate the firm's capabilities to provide the required services. Vendor should include in their proposal the following: a. A completed Bid Cover Sheet. b. All pages are to be numbered. c. Cover Letter/Executive Summary on company letterhead, signed by a person with the corporate authority to enter any contract which results from the RFP. d. A detailed description of the services to be provided which addresses each requirement contained in "Scope of Work". e. Examples (no more than five) of past projects of similar size and scope with references. f. The cost for all services detailed in the RFP split accordingly between the pre-construction phase and the construction phase. g. Vendors shall provide information or a response to the following inquiries: i. The organization and size of the vendor, whether it is local or regional. ii. Vendors pricing shall include all services, materials, etc., from start to completion of the project as outlined in "Scope of Work". iii. Timeline that estimates when work can commence and how long it will take to complete. iv. Is the proposer, any principals of the proposer, or any affiliate to the proposer the focus of any pending or ongoing litigation, formal investigation, or administrative proceedings related to the attestation services If yes, please describe. 9. EVALUATION CRITERIA. Selection of the successful proposal will be based upon submission of the proposals meeting the selection criteria. The minimum selection criteria will include: a. A clearly demonstrated understanding of the services to be performed and the completeness and clarity of the Qualified firm or individuals' proposal for accomplishing the "Scope of Work". b. Quality of past projects and services and how that aligns with the current project scope. c. Experience and stability of the Proposer and the technical knowledge and experience of staff in providing architectural and engineering services of projects of similar size and scope. d. Ability to meet the timeline. e. Cost. f. Interview/Presentation (if applicable). As part of the evaluation process, the City may ask questions of a clarifying nature from the proposer as required. City may also request an oral presentation to explain the proposal and answer questions. City reserves the right to cancel this RFP at any time or reject any or all proposals received as a result of this RFP if it is in the best interest of City. 10. PAYMENT. Payment for services during both the preconstruction and construction phase of this project will be paid in one of two methods: a. Lump Sum; or b. Time Basis. If bidder chooses the lump sum basis to be paid, provide one lump sum for preconstruction phase and one lump sum for the construction phase. If bidder chooses the time basis to be paid, please provide the hourly rate for those that will work on the project and an approximate number of hours that would be allocated for each phase for each individual. If neither of the above methods work for bidder, please provide the method in which bidder desires payment to be made in each phase and the calculation of that payment method. Also note that bidders who agree to the preferred methods above will be given priority over bidders opting for alternative payment methods. 11. CONTRACT AWARD. Selection shall be made of one proposer deemed to be fully qualified and best suited among those submitting proposals, based on the factors involved in the proposal, including price, if so stated in the RFP. The award documentation will subsequently be followed by an agreement incorporating by reference all the requirements, terms and conditions of this solicitation and proposer's bid as negotiated. 12. GENERAL TERM AND CONDITIONS. This solicitation is subject to the provisions of City's financial policy and any revisions thereto, which are hereby incorporated into this contract in their entirety. 13. APPLICABLE LAWS AND COURTS. This solicitation and any resulting contract shall be governed in all respects by the laws of the State of Kansas and any litigation with respect thereto shall be brought in the courts of the State. The Qualified firm or individuals shall comply with all applicable federal, state and local laws, rules and regulations. 14. ETHICS IN PUBLIC CONTRACTING. By submitting their proposals, Vendor certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other Vendor, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. 15. IMMIGRATION REFORM AND CONTROL ACT OF 1986. By submitting their proposals, Vendors certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 16. DEBARMENT STATUS. By submitting their proposals, Vendors certify that they are not currently debarred by the State of Kansas from submitting bids or proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. 17. ANTITRUST. By entering a contract, the contractor conveys, sells, assigns, and transfers to City all rights, title, and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the State of Kansas, relating to the particular goods or services purchased or acquired by City under said contract.

Details

7,000 SF.
Division 02 - Existing Conditions, Demolition, Selective Demolition, Selective Interior Demolition.
Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Acoustical Ceilings, Flooring, Carpeting, Acoustic Treatment, Painting and Coating, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Irrigation, Planting.
Division 33 - Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents