REQUEST FOR QUALIFICATIONS AS-NEEDED EXECUTIVE ARCHITECTS For VARIOUS RENOVATION AND TENANT IMPROVEMENT PROJECTS UNIVERSITY OF CALIFORNIA, SAN DIEGO OFFICES OF DESIGN & DEVELOPMENT SERVICES AND CAPITAL PROGRAM MANAGEMENT Proposals due January 9, 2019 Issued: December 13, 2018 Page 1 of 7
I. OVERVIEW The University of California, San Diego (UCSD) and the offices of Design & Development Services (DDS) and Capital Program Management (CPM) request written responses to this Request for Qualifications (RFQ) for the selection of As-Needed Executive Architects. Under the direction of the DDS/CPM Directors, the Executive Architect will assist on an as-needed basis, with pre-design, existing building system investigation, programming, space planning, design, construction documents and, bid and construction administration phase services for the design and construction of selected capital improvement projects. Projects will be primarily located at the UCSD campus and occasionally off-campus UCSD properties. Projects will be under the jurisdiction of the Campus Building Official and Campus Fire Marshal. II. PROJECT INFORMATION A. BACKGROUND UCSD is located adjacent to the communities of La Jolla and University City within the northern portion of the City of San Diego. The UCSD main campus, which includes the Scripps Institution of Oceanography, is 1,158 acres in size. The main campus is bisected by Interstate 5 (I-5). B. OVERVIEW OF POTENTIAL PROJECTS UCSD anticipates a number of renovation and tenant improvement projects in the coming years for multiple University administration groups including but not limited to Housing Dining and Hospitality (HDH), Resource Management & Planning (RMP), Scripps Institution of Oceanography (SIO), and Academic Affairs (AA). Projects will be located in existing facilities of varied age and condition and will range in size and complexity. Project types will include, but not be limited to, academic, housing and dining, student services, office, and renovation projects. Potential projects may also include building code upgrades such as fire life safety, ADA, MEP, elevator upgrades and structural. Construction budgets are estimated to range between $640,000 and up to $25,000,000 at CCCI 6684. Time will be of the essence for these projects. Depending upon the requirements of the University, construction may need to accommodate the academic calendar and may be executed in multiple phases. Examples of potential projects: Village West Administration Office Renovation Warren Apartments Structural Improvements Page 2 of 7
III. SCOPE OF SERVICES The University wishes to engage the selected Executive Architects for the following services including, but not limited to the following activities: Depending upon the needs and stage of the project, Executive Architect may lead predesign phase to define requirements and project goals. Executive Architect will assist with development of checklists and surveys to aid in the development of the project objective. Pre-design activities may include test-fit and building system studies and Basis of Design. UCSD anticipates creative problem solving and identifying cost effective solutions at this early stage. Project program confirmation and basic architectural/ engineering services, including field investigation, schematic design, design development, construction documents, cost estimates, scheduling, agency review, the bid/award process, and construction contract administration services. The anticipated project delivery method is icm/gc (Integrated Construction Manager/General Contractor). At the University s discretion other delivery methods may be explored dependent on project requirements. The Executive Architect will be expected to continually collaborate with the general contractor during the design and construction phases to meet project scope, budget, and schedule expectations. Services are intended to begin February 2019. The Executive Architect and the consultant team will be expected to have the resources to commit to an accelerated schedule. IV. SELECTION CRITERIA The University of California, San Diego requests the following submittal material for use in the selection of a professional design firm to perform the Scope of Services described in Section III. Respondents must be licensed business entities that are able to designate a consistent representative within the business entity for Scope of Services described in Section III. Demonstrated experience and excellence in the planning, design and construction administration of comparable renovation and tenant improvement projects, ADA upgrades and the ability to exceed by 20% the minimum mandatory requirements of the 2016 CBC Building Energy Efficiency Standard Code, Title 24, and meet UCOP Green Building Policy within existing buildings, and gender inclusive policies. Demonstrated success with target value based design on comparable projects. Page 3 of 7
Demonstrated collaboration skills with integrated project delivery and/or design assist with sub-trades on comparable projects. Proven capabilities for providing creative design solutions via a collaborative process. Firms are asked to submit appropriate graphic material supporting design creativity and excellence on projects. For each comparable project example depicted, please note the responsible lead designer. Qualifications should include examples of comparable design work accomplished by the proposed lead designer for this specific project. Work accomplished by the lead designer while in the employ of other firms should be clearly noted. Demonstrated experience with assessing existing building conditions and systems, recommending and prioritizing renovations to meet client needs while under restrictive budgets and schedules in order to minimize changes during construction. Demonstrated experience in meeting challenging schedules during both design and construction phases within an existing operational building. Identify the project delivery method which was used on each project. Demonstrated experience in USGBC LEED analysis, project development and design. Identify level of LEED classification for projects listed (e.g., Silver, Gold, etc). Proven technical, scheduling and cost management capabilities. List software platforms used for current and future compatibility (e.g., Revit/P6/Prolog, etc.). Demonstrated experience in the use of Building Information Modeling (BIM) in the design and documentation of facilities, where the BIM model is used for coordination of Architecture with MEP+Structural. Qualified Principals and Project Team Members, including a clear definition of the primary responsibility of each. Demonstrated ability to prepare an outline of the basic work plan to accomplish the work. Definition and track record of Outreach Program to local small and disadvantaged subconsultant businesses. (S/D/W/M/DVBE, see Section VII) At a minimum, ability to provide Professional Liability Insurance in the amount of $2,000,000 Each Occurrence and $4,000,000 per Project Aggregate. Page 4 of 7
V. SELECTION AND CONTRACT REQUIREMENTS A. SELECTION The University intends to select up to six (6) Executive Architects based on Section IV. It is anticipated that the projects will be rotated between the selected firms, dependent on the Executive Architect and their team s ability to respond to project schedule milestones, the project team members proposed for the project, alignment with the firm s experience, and the type of project. There is no minimum guarantee as to number of projects assigned to the selected firms. B. CONTRACT REQUIREMENTS All consulting services to be provided by the selected Executive Architects(s) shall be in accordance with the standard University Contracting procedures, which have been approved by the Office of General Counsel. The selected Consulting Executive Architects(s) will perform work under an Executive Design Professional Agreement (EDPA) with the University, with authorizations for various projects thereafter. Services based on this RFQ may be initiated at University s option through December 31, 2023. The University seeks to contract with a single executive design professional entity and will not entertain contracting with a Joint Venture or Associations for these projects. VI. STATEMENT OF UNDERSTANDING All Shortlisted firms will be required to sign a Statement of Understanding. By signing the document it is acknowledged that a draft copy of the standard Executive Design Professional Agreement (EDPA) has been read, and with reservation of rights, the terms and conditions are generally agreed upon. Additionally, notwithstanding this is a qualification based selection process, it is understood that fees for basic services are expected to fall within the Professional Services Fee Guideline which will be provided to all shortlisted firms. Page 5 of 7
VII. PROCEDURES FOR SUBMISSION To be fully considered, the respondent firms shall comply with the following instructions: A. FORMAT One electronic copy on CD or flash drive, in pdf, should be submitted, with any graphic images, spreadsheets or pages larger than 8.5 x 11 submitted in landscape view. No paper copies or emailed submittals will be accepted. Proposals are due no later than 4:00 p.m., Wednesday, January 9, 2019 US Postal Service Mailing Address: University of California, San Diego Jessica Cuevas, Senior Contracts Administrator Office of Capital Program Management 9500 Gilman Drive MC 0916 La Jolla, CA 92093-0916 Delivery or Overnight Mail Physical Address (e.g. FedEx): University of California, San Diego Jessica Cuevas, Senior Contracts Administrator Office of Capital Program Management 10280 North Torrey Pines Road, Suite 465 La Jolla, CA 92037 Hours of business: Monday through Friday, 8:00 a.m. to 4:30 p.m. B. REQUIRED RESPONSE ITEMS The RFQ submittal shall contain the following response items: LETTER OF INTEREST Provide a letter that expresses the respondent s interest to serve as an as-needed Executive Architect, and also describes the respondent s perceived leadership and design strengths in light of the qualifications criteria. RESPONDENT S QUALIFICATIONS The respondent is to complete and submit Standard Forms 330, University of California Consultant Experience Form (Attachment A), and a University Statement of Qualifications (SOQ) form Attachment B. Page 6 of 7
RESPONSE TO SELECTION CRITERIA Describe how and to what extent, the respondent firm satisfies, or intends to satisfy, each of the selection criteria in Section IV above. The narrative should explain the respondents understanding of the approach to work with the University, and how work will be undertaken. RESUMES Submit key resumes (e.g., Project Manager, Designer/Space Planner, Project Principal/Architect). Include all relevant experience with similar projects, and indicate the role or duties performed on each project. REFERENCES Provide references for the designated qualified individual(s) within the company from Owners, Consultants, and Contractors (9 total maximum). Also provide references for the company. References can be listed on the Statement of Qualifications Form, Attachment B to this RFQ. STANDARD BILLING RATE SHEET Provide an itemized rate schedule that identifies hourly rates and expenses, including any proposed cost-plus charges on sub-consultant work. Rates are good for at least one year. Inflation/Cost of Living adjustments will be considered at renewal date each year. Technical questions or questions regarding the scope of the project should be addressed to Jessica Cuevas, Senior Contracts Administrator, at Capital Program Management, at (858) 534-1991. UC San Diego requests that interested firms refrain from contacting any other party regarding this project. UC San Diego encourages the participation of Small, Disadvantaged, Minority-owned, Womenowned and Service/Disabled Veteran-owned Business Enterprises (S/D/M/W/DVBE s) and is committed to promote a diverse pool of firms for our building programs. Every effort will be made to ensure that all persons have equal access to contracts and other business opportunities with the University within the limits imposed by law or University policy. Each candidate firm may be required to show evidence of its equal employment opportunity policy. Page 7 of 7