Solicitation documents available on the Arizona Procurement Portal.
Solicitation documents and addenda for all City of Chandler projects listed below may be found on the Arizona Procurement Portal.
It is the consultant’s sole responsibility to obtain any and all addenda from the APP prior to submitting their SOQ and to acknowledge receipt and acceptance of the addenda in their submittal as instructed. No separate notification of addenda will be issued. Chandler recommends that consultants regularly check the APP for updated information.
Any interested consultants without internet access may download the complete solicitation and addenda below at any public library or contact Capital Projects at 480-782-3308.
Chandler’s solicitations and contracts for professional services are administered by the Public Works and Utilities Department, Capital Projects Division.
After an agreement is approved by Council and executed with the successful Consultant, a debrief meeting can be scheduled directly with the project PM. Please allow at least three weeks after Council approval for any agreement to be executed.
Chandler does not maintain or distribute RFQ holders lists.
See “City Council Regular Meeting” for award information at City Council Agenda.
PRE-SUBMITTAL CONFERENCE: | |
N/A | THERE WILL BE NO PRE-SUBMITTAL CONFERENCE |
SOLICITATION QUESTIONS DUE DATE: | |
May 28, 2025 5:00 p.m. Arizona time |
All solicitation questions must be emailed to SOQ Questions with the subject line of “PD2301.401 Forensic Services Facility RFQ”. Questions received after the due date and time will NOT be considered. |
STATEMENT OF QUALIFICATIONS (SOQ) SUBMITTAL DUE DATE: | |
June 19, 2025 3:00 p.m. Arizona time | SOQ pdf must be emailed to SOQ Submittals. SOQ’s received after the due date and time will NOT be considered. All SOQs must be emailed as a pdf attachment. Any SOQ submitted as a link will not be considered.
Project Reference Forms (PRF) must be emailed, by the evaluator, to Project Reference. PRF’s received after the due date and time will NOT be considered. |
INTERVIEW DATE: | |
Week of July 14, 2025 | A selection panel will evaluate and score each SOQ according to the criteria set forth in Section 5. Consultants invited to interview for this project must be available on the tentative dates as specified. |
PROJECT DESCRIPTION: | |
The City of Chandler Forensic Services Section with Laboratory (the “Lab”) is currently located at the Chandler Main Police Station, 250 East Chicago Street, Chandler, AZ. The Lab performs a variety of tests of different forensic disciplines including fingerprint analysis, blood alcohol and controlled substance analysis, crime scene response and analysis, and digital forensics. Expansion of current services is planned to accommodate an increase in the number and types of tests. The existing location cannot accommodate this expansion. This project is for a new facility that is approximately 30,000 SF. A city-owned parcel immediately east of the existing Chandler Police Property and Evidence Facility located at 576 West Pecos Road is currently reserved for this new facility. The new facility includes a new building for offices, laboratories, and other types of spaces, exterior parking, site improvements, storage, security, shade structures, and other associated improvements. The estimated construction cost for this project ranges from $35,000,000 to $40,000,000. The CM@Risk Team is expected to provide construction work for the Project, adjacent improvements, or utility improvements, and is expected to stay within the City’s estimated budget. | |
SCOPE OF WORK: | |
The City of Chandler is planning to use CM@Risk for pre-construction and construction services, and will require the CM@Risk to cooperate with the Project Designer throughout the pre-construction and construction phases of the Project. Both the Project Designer and the CM@Risk will be a part of the Design/Constructability Team working together to develop the design that best meets the city’s needs and budget. During the Preconstruction Phase, the CM@Risk Team must collaborate with the City and SmithGroup, Inc. on the design, constructability, cost and scheduling of the entire project, subsurface investigation as needed, attend coordination meetings with utilities, and provide Guaranteed Maximum Price (“GMP”) pricing. Upon City’s acceptance of terms, conditions and GMP, the Construction Phase will commence. During the construction phase, the CM@Risk Team must function as the General Contractor for the duration of the project. The scope of work includes the deliverables necessary to complete the project tasks as described below: Provide Pre-construction Services: Provide pre-construction services, including but not limited to, plan conflict reviews, constructability reviews, value engineering, assistance with design and utility coordination, scheduling, traffic control plans, coordination of Agreement documents, and development of a guaranteed maximum price. Cooperation with owners and businesses is required. Provide Construction Services: Provide all construction services to build the improvements in accordance with the engineering design and City standards. CM@Risk contractor, using the design documents, is responsible for construction of the project. CM@Risk assumes the risk of delivering the project through the Guaranteed Maximum Price Agreement. The Project must include the supply of all materials, equipment, and labor for installation, acceptance testing, commissioning, and warranty with record documents. The CM@Risk Team must control the costs and will be responsible for the project schedule and may compete to self-perform certain work. At some point prior to construction, the CM@Risk Team must assume the risk of delivering the project through GMP Agreement modification. The CM@Risk Team is expected to provide construction work for the Project, adjacent improvements, or utility improvements, and is expected to stay within the City’s estimated budget. The qualified CM@Risk Team must demonstrate that it possesses the following capabilities:
|
PRE-SUBMITTAL CONFERENCE: | |
N/A | THERE WILL BE NO PRE-SUBMITTAL CONFERENCE |
SOLICITATION QUESTIONS DUE DATE: | |
May 28, 2025 5:00 p.m. Arizona time | All solicitation questions must be emailed to SOQ Questions with the subject line of “PD2301.451 Forensic Services Facility RFQ”. Questions received after the due date and time will NOT be considered. |
STATEMENT OF QUALIFICATIONS (SOQ) SUBMITTAL DUE DATE: | |
June 19, 2025 3:00 p.m. Arizona time | SOQ pdf must be emailed to SOQ Submittals. SOQ’s received after the due date and time will NOT be considered. All SOQs must be emailed as a pdf attachment. Any SOQ submitted as a link will not be considered. Project Reference Forms (PRF) must be emailed, by the evaluator, to Project Reference. PRF’s received after the due date and time will NOT be considered. |
INTERVIEW DATE: | |
Week of July 14, 2025 | A selection panel will evaluate and score each SOQ according to the criteria set forth in Section 5. Consultants invited to interview for this project must be available on the tentative dates as specified. |
PROJECT DESCRIPTION: | |
The City of Chandler Forensic Services Section with Laboratory (the “Lab”) is currently located at the Chandler Main Police Station, 250 East Chicago Street, Chandler, AZ. The Lab performs a variety of tests of different forensic disciplines including fingerprint analysis, blood alcohol and controlled substance analysis, crime scene response and analysis, and digital forensics. Expansion of current services is planned to accommodate an increase in the number and types of tests. The existing location cannot accommodate this expansion. This project is for a new facility that is approximately 30,000 SF. A city-owned parcel immediately east of the existing Chandler Police Property and Evidence Facility located at 576 West Pecos Road is currently reserved for this new facility. The new facility includes a new building for offices, laboratories, and other types of spaces, exterior parking, site improvements, storage, security, shade structures, and other associated improvements. The estimated construction cost for this project ranges from $35,000,000 to $40,000,000. | |
Scope of Work | |
Provide all Construction Management services to construct the improvements in accordance with the contract documents and city standards. The scope of work will typically include the following services:
The qualified Construction Management Team must demonstrate that it possesses the following capabilities:
|