B24-FD-PW-103005-500404 - DESIGN SERVICES FOR FIRE STATION 7

Agency: City of Lake Havasu City
State: Arizona
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 541310 - Architectural Services
  • 541330 - Engineering Services
Posted Date: Jan 11, 2024
Due Date: Feb 7, 2024
Solicitation No: B24-FD-PW-103005-500404
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
B24-FD-PW-103005-500404 - DESIGN SERVICES FOR FIRE STATION 7
New
February 07, 2024, 3:00 PM
Pre Bid Meeting: January 25, 2024 - 10:00 AM
RFSQ DOCUMENT EXHIBIT A

Attachment Preview

Lake Havasu City, Arizona
PUBLIC SAFETY – FIRE DEPARTMENT
REQUEST FOR STATEMENTS OF QUALIFICATIONS
RFSQ B24-FD-PW-500404
DESIGN SERVICES FOR FIRE STATION 7
Site Location
3846 SLOOP DRIVE
RFQS PROPOSAL CONFERENCE
JANUARY 25, 2024
10:00 a.m. / Arizona Time
DEADLINE FOR QUESTIONS
JANUARY 29, 2024
3:00 p.m. / Arizona Time
STATEMENT OF QUALIFICATIONS DUE DATE: FEBRUARY 7, 2024
No Later Than 3:00 p.m., Arizona Time
Version 10/30/2021
Page 1 of 8
REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFSQ)
DESIGN SERVICES FOR FIRE STATION 7
RFSQ B24-FD-PW-500404
CIP PROJECT #103005
LAKE HAVASU CITY, ARIZONA
RFSQ DUE DATE: February 7, 2024, at 3 p.m., Arizona Time
Lake Havasu City is interested in receiving Statements of Qualifications (SOQs) from
qualified design firms to provide design services as the Design Firm for the Fire Station 7
project.
Statements of Qualifications submitted must address, at a minimum, all issues brought
forth in this Request for Statements of Qualifications (RFSQ).
SECTION I - PROJECT DESCRIPTION
1. Lake Havasu City desires the design of Station 7, a new fire station of approximately
12,000 square feet. The structure is intended to provide services for fire and EMS
operations, which at a minimum shall include, but not be limited to:
Housing a minimum of 6 firefighters, with appropriate living accommodations and
support spaces
Housing a minimum of 6 firefighting/medical apparatus
Storage of firefighting equipment and gear
Facilitating required fire support mechanical operations for equipment cleaning and
drying
Incorporating energy efficient utilities
Accommodate physical fitness activities for the firefighters
SECTION II - SCOPE OF WORK
1. The selected design team, in coordination with the city, will guide the design of the new
fire station. The project will include a standard fire station of approximately 12,000 square
feet of building area, apparatus bays, typical onsite parking, drainage, lighting,
landscaping, including signage and improvements to the street frontage at both
McCulloch Blvd. and Sloop Dr.
2. A conceptual site plan (provided with and without surrounding streets) is found in
Exhibit A. This is conceptual only and the selected Firm is not obligated to use it. The
conceptual fire station includes 6 bays at about 5,895 sq ft, approximately 4,580 sq. ft. of
dorms, kitchen, restrooms, office space, fitness room, decontamination, storage, and fire
support areas. Communications and IT infrastructure should also be included. Concrete
aprons and parking are proposed, as depicted in the conceptual site plan. Typical
landscaping and a flagpole are to be included.
3. The fire station is considered an “essential services facility” and will include electrical
Version 10/30/2021
Page 2 of 8
power generator support for the entire building and site.
4. The selected design team will be required to integrate sustainable strategies and
features into the design to minimize the energy consumption of the fire station; conserve
resources; minimize adverse effects to the environment, and improve occupant
productivity, health, and safety.
1. Preconstruction Services (Phase 1):
Schedule Development
Design Development
Assist negotiating Preconstruction Fees and Guaranteed Maximum Price (GMP)
Proposal for the subsequent CMAR contract
2. Design Completion & Construction Services (Phase 2):
Design to 100%
Construction Supervision
Progress Schedule Reporting
Punch Lists (Architectural, Structural, Mechanical/Electrical/Plumbing, Technology)
Project Closeout
SECTION III – PROJECT GOALS
1. Goal #1: Efficient and Effective Design. The design firm will provide designs that
maximize the square footage available to meet the needs of the Lake Havasu City Fire
Department so the station can effectively serve the community. Designs will:
a. Include the functions and amenities in an efficient workspace including office spaces
within the limited footprint of the building and incorporate as many additional amenities
as the budget allows.
b. Provide comfortable spaces for staff that provide both the livable benefits while also
providing for health benefits, such as exercise facilities, and incorporate best practices
from the “Healthy In/Healthy Out” based on industry standards.
c. Create functional and comfortable public spaces and buildings. The Design shall fit into
and enhance the surrounding community areas.
d. Allow for easy long- and short-term maintenance and upkeep
2. Goal #2: Maximize Efficiency of Phasing Plan and Schedule. The design firm will
develop design and construction phasing plan and schedule that will:
a. Maximize the efficiencies of designing and constructing similar stations through the use
of repetitive design submissions, equipment submittals, and maintenance and operations
requirements developed on prior fire station projects completed by the team.
b. Create a reliable schedule that achieves completion of the project as soon as
practicable.
3. Goal #3: Efficient Pricing. The design firm will aid in providing transparent pricing that
takes advantage of the efficiency of progressive design/build, including the following:
a. Create efficiencies through the standardization of design elements, such as equipment
and systems,
b. Fast track design and construction to maximize the City’s budget and minimize the
schedule; and
c. Utilize materials and equipment that are easily maintained from reliable suppliers with
Version 10/30/2021
Page 3 of 8
excellent warranty services.
4. Goal #4: High Functioning Team. The design firm will develop and promote a high
functioning, collaborative relationship with itself, the City, the contracted CMAR, and the
stakeholders to achieve design excellence within the City’s budget and schedule and
demonstrating exemplary design and project management.
5. Goal #5: Design for Safety. The design firm will create designs that enhance the
safety of the project in both construction and in the operation of the facility. The design
and construction process will reduce re-work and interference with operations with a goal
of no recordable incidents.
SECTION IV - STATEMENT OF QUALIFICATIONS EVALUATION CRITERIA
The design firm will be selected through a qualifications-based selection process. Firms
interested in providing design services must submit a Statement of Qualifications
(SOQ). Each SOQ will be evaluated according to the following criteria:
A. Project Understanding and Approach (35 points)
Discuss your team’s approach to providing the services in Phase I - Project
Description and Scope of Work. The team’s understanding of the goals and objectives
for the project and proposed methodology for meeting those goals and objectives.
a. Provide a comprehensive narrative statement illustrating a clear and concise
understanding of the requirements of the project
b. Identify your team’s familiarity with Lake Havasu City procedural requirements
and/or local issues pertinent to this project, which enhances your qualifications to
successfully perform Design services for this project and why your firm should be
selected
c. Describe your team’s project management approach and team organization during
design and construction phase services. Describe the system used for planning,
scheduling and estimating.
d. Discuss the major issues your team has identified on this project and how you
intend to address those issues.
B. Experience of Key Personnel and SubConsultants (25 points)
Discuss the experience and qualifications of your selected project team members for
projects of comparable character, size, budget and complexity. Describe your
approach to overall team formation and coordination of team members and provide
an organizational chart. Resumes, not to exceed two (2) pages in length per team
member should be included in the Appendix.
For each key person identified, list their length of time with the firm and at least two
(2) comparable projects in which they have played a primary role. If a project selected
for a key person is the same as one selected for the firm, provide just the project name
Version 10/30/2021
Page 4 of 8
and the role of the key person. For other projects provide the following:
a. Description of project
b. Role of the person
c. Project Owner (include reference contact information).
C. Experience of the Firm (25 points)
Discuss the firm's experience and qualifications by demonstrating a history of
successful design of facilities for at least five (5) facilities, of municipalities or other
agencies, similar to provided scope, including size, budget and complexity.
Provide the following information for each project:
a. Description of the project and Municipality or Agency.
b. Role of the firm
c. Team members and roles
d. Project owner (include reference contact information)
e. Provide at least three (3) general references.
D. Current Workload and The Ability of Project Team to Start Immediately (10
points)
1. List all projects awarded to your firm during the last 2 years. For each project,
provide the project description, schedule, and award date.
2. In view of the listed on-going projects, list the resources that are available to use
on this project.
E. Overall Evaluation of the Firm/Team and its Ability to Provide the Required
Services (5 points)
This is to be determined by the selection panel members. No submittal response is
required.
SECTION V - SUBMITTAL REQUIREMENTS
Firms interested in the above project should submit a Statement of Qualifications, which
includes a one-page cover letter plus a maximum length of 12 pages to address the
SOQ criteria (excluding resumes but including the organizational chart and
references). Resumes for each key team member shall be limited to a maximum length
of two pages and should be incorporated as an appendix to the SOQ. If submitting via
the e-Bid process follow the instructions below. If delivered or hand-carried submittals,
please provide one original plus six copies (total of 7), including an electronic
Version 10/30/2021
Page 5 of 8

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

Surprise Community Park Improvements-Phase 2 OPEN 0 4/18/2024 5/16/2024

City of Surprise

Bid Due: 5/16/2024

RFP Number Title Closing Status 324000247 Parking Garage III (A/E) 05/07/2024 2:00 PM

Town of Gilbert

Bid Due: 5/07/2024

RFP Number Title Closing Status 324000238 Parking Garage III (PM/CM) 05/07/2024 2:00 PM

Town of Gilbert

Bid Due: 5/07/2024

Toggle navigation Solicitations Tabulations, Awards, and Recommendations

City of Phoenix

Bid Due: 5/10/2024