Design and Construction Administration Services for the Gwinnett County New Police Headquarters

Agency: Gwinnett County
State: Georgia
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 541330 - Engineering Services
Posted Date: Jan 17, 2024
Due Date: Feb 16, 2024
Solicitation No: RP006-24 INV
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
  • RP006-24 INV

    Design and Construction Administration Services for the Gwinnett County New Police Headquarters

    Buyer Contact : alexis.holland@gwinnettcounty.com

    Opening Date : 02/16/2024 03:00 PM EST

    3

  • Attachment Preview

    January 17, 2024
    REQUEST FOR PROPOSAL
    RP006-24
    The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified
    consultants to provide Design and Construction Administration Services for the Gwinnett County New Police
    Headquarters for the Department of Support Services.
    Proposals must be returned in a sealed container marked on the outside with the Request for Proposal number
    and Company Name. Proposals will be received until 2:50 P.M. local time on Friday, February 16, 2023, at the
    Gwinnett County Financial Services - Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville, Georgia
    30046. Any proposal received after this date and time will not be accepted. Proposals will be publicly opened
    and only names of submitting firms will be read at 3:00 P.M. A list of firms submitting proposals will be available
    the following business day on our website www.gwinnettcounty.com.
    A pre-proposal conference is scheduled for 10:00 A.M. on Thursday, February 1, 2023. at the Gwinnett County
    Purchasing Division 2nd Floor, 75 Langley Drive, Lawrenceville, GA 30046 in the Dogwood Conference Room. All
    consultants are urged to attend. Questions regarding proposals should be directed to Alexis Holland, Purchasing
    Associate II, at alexis.holland@gwinnettcounty.com or by calling 770-822-8741, no later than 3:00 p.m. Tuesday,
    February 6, 2024. Proposals are legal and binding upon the consultant when submitted. One unbound 8 ½” x
    11” single sided marked “original”, five (5) exact copies minus the fee proposal, one (1) electronic copy on a flash
    drive (labeled Technical), one (1) electronic copy of the cost proposal on a flash drive (labeled Financial) should
    be submitted. Cost Schedule should be submitted in a separate sealed envelope.
    Successful consultant will be required to meet insurance requirements. The Insurance Company should be
    authorized to do business in Georgia by the Georgia Insurance Department and must have an A.M. Best rating of
    A-10 or higher.
    Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or
    activities. Any requests for reasonable accommodations required by individuals to fully participate in any open
    meeting, program or activity of Gwinnett County Government should be directed to the ADA Coordinator at the
    Gwinnett County Justice and Administration Center, 770-822-8165.
    The written proposal documents supersede any verbal or written prior communications between the parties.
    Selection criteria are outlined in the request for proposal documents. Gwinnett County reserves the right to reject
    any or all proposals to waive technicalities, and to make an award deemed in its best interest.
    Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies
    submitting a proposal will be notified via email.
    We look forward to your proposal and appreciate your interest in Gwinnett County.
    Alexis Holland
    Purchasing Associate II
    The following pages should be returned as part of your proposal submittal:
    Cost Schedule , Pages 11-12 (in a Separately sealed envelope)
    Firm Information, Page 13
    References, Pages 16-17
    Ethics Affidavit, Page 43
    Contractor Affidavit, Page 44
    RP006-24
    Page 2
    Gwinnett County New Police Headquarters – Design Request for Proposal
    I.
    INTRODUCTION
    The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals for Design
    and Construction Administration Services for a New Police Headquarters from qualified Consultants
    with experience in design and engineering. This facility is located at 800 Hi Hope Rd, Lawrenceville,
    Georgia. The Consultant and the Consultant’s Engineers shall be licensed to practice architecture and
    engineering in the State of Georgia. The construction delivery method is anticipated to be Construction
    Management At-Risk but due to unforeseen conditions, could be subject to change.
    The following two options are to be considered as the design intent of this project:
    Option A - New multi-story headquarters and new parking structure. Although Option A has not been
    programmed, the new facility is expected to be approximately 130,000 square feet and include a
    parking structure for approximately 575 vehicles. This option will be required to be designed and
    constructed to meet LEED Certified requirements. Final facility size and parking requirements will be
    based on accepted programming information and efforts included in this PROPOSAL. Consultant is to
    remain in strict adherence to the available budget for construction.
    Option B - Phased renovation of the existing 68,456 square feet facility with the addition of a new
    63,750 square feet multi-story addition (approximately), and new parking structure for 575 vehicles.
    The addition and renovation will be required to be designed and constructed to meet LEED Certified
    requirements. Final facility size and parking requirements will be based on accepted programming
    information and efforts included in this proposal. Consultant is to remain in strict adherence to
    available budget for construction.
    More information on the proposed project, the County’s objectives with the project, the character of
    the project site, and the development budget are contained in Section II, Background Information and
    Project Description, and the Appendices for the Request for Proposal. The Scope of Work expected
    under the resultant contract is outlined in Section III and described more fully in the Sample
    Agreement. Proposal Submission Instructions are detailed in Section IV; and the contract award will
    follow the procedures outlined in Section V, Selection Procedures. The proposal evaluation will be
    based on criteria described in Section V and will be by the Selection Committee described therein.
    Administration of the contract will be the responsibility of the Facility Construction Division of the
    Department of Support Services.
    II. BACKGROUND INFORMATION AND PROJECT DESCRIPTION
    A. PROJECT BACKGROUND
    The Gwinnett County Police Headquarters was originally constructed in the early 1970s as two
    separate structures with brick veneer, concrete masonry backup, and minimal exterior fenestration.
    An addition was constructed in 1988, extending the main level and incorporating a second level to the
    building, thereby connecting the two buildings. The main floor footprint is approximately 56,027 gross
    square feet and the upper-level footprint is approximately12,429 gross square feet.
    In 2019, the County commissioned a Needs Assessment and Headquarters Campus Master Plan
    which defined the long-term needs of the Gwinnett County Police Department (GCPD) Headquarters
    campus. The original building structures still stand today as part of the GCPD Headquarters. However,
    a shift in functional and security parameters, as well as departmental growth, has brought into
    question the viability of the existing structures to continue to meet the future goals and objectives of
    the GCPD.
    RP006-24
    Page 3
    The primary goal of the GCPD is consolidation. The department has outgrown available space and has
    been forced to house many functions, such as detectives and specialty teams, outside the
    Headquarters Campus. The current headquarters facility does not allow for the consolidation of GCPD
    administrative functions and command staff.
    As a result, a new square feet multi-story headquarters and new vehicle parking structure, or the
    renovation of the existing facility renovation with a multi-story addition and new parking structure has
    been approved as part of the SPLOST 2023 referendum.
    B. PROJECT DESCRIPTION
    1. Basic Program
    As noted above, a limited preliminary “space needs” analysis has been developed for the
    facility. The selected Consultant’s responsibility will be to thoroughly assess the needs of the
    County functions and prepare a detailed and complete Space Program and Plan that will be
    the basis of the facility’s design. In summary, this report recommends two options, Option A –
    a new multi-story 130,000 square feet and a parking structure for approximately 575 vehicles:
    or Option B – the phased renovation of the existing 68,456 square feet facility renovation with
    an approximate 63,750 square feet multi-story addition, and new parking structure for
    approximately 575 vehicles. Other approaches and combinations of renovation and new
    construction will be considered by the County as part of the project planning efforts following
    a completed and accepted programming effort.
    The summary of goals are as follows:
    1. Consolidation of all GCPD section and staff at a single location, with the exception of Training, Uniform
    Patrol, and other sections neither located, nor anticipated to be located, at Headquarters site
    2. Adequate and secure separation between the public and GCPD staff, both internally and externally
    3. Increased efficiency of operations, through inter-departmental connectivity offered by a new central
    facility
    4. Adequate and secure parking and circulation for GCPD personnel, separate from the public parking
    5. Adequate office space to support current and future staff which is flexible and adaptable as the needs
    of the GCPD continue to evolve and grow in the future
    6. Enhanced customer and community service
    7. Maintain operations of the GCPD Headquarters and Police Annex Facility during all phases and
    activities associated with construction
    2. Electronic Systems and Building Controls
    It is essential that the electronic systems and building controls are integrated. The facility shall
    be provided with card access entry controls in the secured areas, as well as CCTV in the
    secured areas.
    3. Construction Delivery Method
    The construction delivery method is anticipated to be Construction Management At-Risk but
    due to unforeseen conditions could be subject to change.
    4. Existing Conditions
    The County will make available drawings of the existing facility for proposing firms to review. These
    drawings will be available for review in the Gwinnett County Purchasing Division office at 75 Langley
    Drive, 2nd Floor, Lawrenceville, Georgia 30046.
    RP006-24
    Page 4
    C. BUDGET ESTIMATE
    The proposed Construction Budget for the project, on which the Consultant should base its proposal,
    is $78.75MM, and is outlined in Appendix D. This includes all associated demolition, sitework,
    utilities, renovation, and/or new construction, furniture (to be purchased by owner), along with costs
    for selected phasing approach and contractor’s general condition and fee. The Consultant’s fee will
    be adjusted accordingly based on the option selected by the County for the Program and Schedule
    of the project.
    D. LEED REQUIREMENT
    The project will be required to be designed and constructed in a manner that incorporates regionally
    and programmatically appropriate sustainable design strategies, both passive and active, and
    achieves a LEED certified rating. The target certifications are defined under the U.S. Green Building
    Council’s Leadership in Energy and Environmental Design rating system, (LEED). Certification shall
    be based on the LEED NC scorecard for the expansion and LEED EB scorecard for the existing
    building if Option B is selected.
    E. DELIVERY SCHEDULE REQUIREMENT
    1. Overall design programming to final will not exceed 450 calendar days, unless
    extension is approved is approved by the County in writing due to phasing approach of
    the project.
    2. Programming: All activities associated with programming shall be complete 60
    calendar days following issue of Notice to Proceed (NTP) for programming and design
    services. Programming shall involve meetings with County staff, iterative review of
    progress and deliverables, associated modifications, and delivery of final project
    program within the time specified. See section 2.2 of Sample Agreement –for full
    description of services.
    3. Schematic Design: All activities associated with schematic design shall be complete
    within 120 calendar days of Notice to Proceed (NTP) for design start. See section 2.3
    of Sample Agreement –for full description of services.
    4. Design Development: All activities associated with design development shall be
    complete within 120 calendar days of Notice to Proceed (NTP) for design start. See
    Section 2.4 of Sample Agreement –for full description of services.
    5. Construction Documents: All activities associated with construction documents shall
    be complete within 150 calendar days of Notice to Proceed (NTP) for design start. See
    section 2.5 of Sample Agreement –for full description of services.
    6. Permitting/Final Construction Documents: Consultant is responsible for providing all
    services necessary to obtain permits for site development and building construction,
    including FM Global reviews, and shall incorporate the design requirements of
    governmental authorities having jurisdiction over the Project into the Construction
    Documents. See section 2.5 of Sample Agreement –for full description of services.
    RP006-24
    Page 5
    III. SCOPE OF WORK
    The Scope of Work for the Consultant under this Request for Proposal includes the following
    services: Programming, Space Planning, Schematic Design, Design Development, Preparation
    of Construction Documents, Bidding Assistance, and Construction Administration. The
    Consultant is expected to provide all Architecture, Engineering, and other Consultant and
    Specialty services necessary to plan, design and administer construction of this size and
    scope. These services shall include but not necessarily be limited to: Programming; Space
    Planning; Architecture; Interior Design; Civil, Structural, Mechanical, Electrical, Plumbing, and
    Fire Protection Engineering; Specialty Engineering Services; services related to landscape
    architecture; specification of loose furniture and furnishings; signage and graphics design;
    telecommunications design; and cost estimating. The Consultant’s services are described at
    length and in detail in the Sample Agreement attached. All proposing Consultants are urged to
    read this Agreement (and the Project Description) carefully, for they establish the Scope of
    Services that is agreed to in submitting a proposal to the County under this Request for
    Proposal. Moreover, any exceptions taken by the proposing consultant to this Agreement will
    be evaluated as a factor in the selection process.
    IV. PROPOSAL SUBMISSION INSTRUCTIONS
    A. GENERAL REQUIREMENTS
    Individuals, firms and businesses seeking an award of a Gwinnett County contract may not
    initiate or continue any verbal or written communications regarding a solicitation with any
    County officer, elected official, employee or other County representative without permission of
    the Purchasing Associate named in the solicitation between the date of the issuance of the
    solicitation and the date of the final contract award by the Board of Commissioners. Violations
    will be reviewed by the Purchasing Director. If determined that such communication has
    compromised the competitive process, the offer submitted by the individual, firm or business
    may be disqualified from consideration for award. This is to ensure that all prospective
    respondents have the same level of knowledge relative to the project as well as ensuring the
    additional data is made available to all proposers.
    All questions or requests for additional information shall be addressed Alexis Holland,
    Purchasing Associate II, at alexis.holland@gwinnettcounty.com by the deadline stated in the
    invitation.

    Sign-up for a Free Trial, Government Bid Alerts

    With Free Trial, you can:

    You will have a full access to bids, website, and receive daily bid report via email and web.

    Try One Week FREE Now

    See Also

    Bid Name/Identification Department Closing Date Water & Sanitary Sewer Improvements Project Utilities Authority

    Lee County

    Bid Due: 6/10/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 5/30/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 5/23/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 8/30/2024