Cheyenne Mountain Charter Academy 1832 South Wahsatch Avenue Colorado Springs, CO 80905 (719) 471-1999 www.cmca12.com REQUEST FOR QUALIFICATIONS FOR General Contractor Please review this Request for Qualifications (RFQ) and follow these guidelines to be considered for design and build services for Cheyenne Mountain Charter School (Owner). The selection process will consist of this RFQ. PROJECT: CMCA SAFETY REMODEL 1832 S. WAHSATCH AVENUE COLORADO SPRINGS, CO 80905 TIMELINE & PROPOSAL GENERAL REQUIREMENTS: 12/23/11: Issue Request for Qualifications 01/06/12: Facility walk through at 10AM (optional) 01/09/12: Clarification deadline for questions from prospective offerors 01/20/12: Responses due from offerors 01/27/12: Selection of successful offeror 06/01/13: Anticipated start date (offerors may propose a different date, subject to approval of the mitigation plan for disruption of operations) Prospective offerors must submit one bound original and 1 copy of their proposal along with and electronic version on a CD in a sealed envelope clearly identifying that this is a response to this RFQ, addressed to the Owner s Representative: Cheyenne Mountain Charter Academy Attn: Mr. Pat Agee 1605 S. Corona Avenue Colorado Springs, CO 80905 Electronic versions should be in MS Office (2007 format or earlier) and/or Portable Document Format (PDF). Hand-carried proposals are acceptable. Owner shall accept delivery of proposals no later than 01/20/12 at 4:00pm MST. All official communication with Offerors and including questions regarding this RFQ will be via email or fax to the Owner s Representative: (Pat Agee, pat.agee@cmca12.com, 719-237-6500 (cell)). All interested Offerors should provide notification to Owner Contact prior to clarification deadline of their intent to submit a response. Page 1 of 6
Offerors may make written email or fax inquiries concerning this RFQ to obtain a clarification of requirements or to ask questions. No inquiries will be accepted after the clarification deadline as indicated in the above timeline. Offerors should coordinate with the Owner s representative for availability of current CMCA designs, blueprints, and schematics prior to the clarification deadline. All responses to Offeror inquiries will be provided at the same time and made available to the public through the CMCA website (www.cmca12.com) which will be after the Clarification Deadline. Responses will be provided to Offerors that have provided notification to the Owner s Representative and/or who requested clarification or provided questions. Offerors should not rely on any other statements, either written or oral, that alter any specification or other term or condition of the RFQ during the open solicitation period. Offerors shall not contact any other team members or any individual associated with the Owner or Colorado Department of Education (CDE) regarding this RFQ or this project. PROJECT BACKGROUND Cheyenne Mountain Charter Academy serves grades kindergarten through fourth. It is located in a Colorado Springs neighborhood just east of Nevada at the intersection of St. Elmo and Wahsatch. The main building sits on 2.2 acres. Most of the school is located on a single level of the school, with a few classrooms located in a two-story addition. This project is being made possible by funding through the Colorado Department of Education (CDE) Building Excellent Schools Today (BEST) program. The anticipated start date of this project is the summer of 2013 with completion by the summer of 2013. CMCA s final day for teaching staff in 2013 is May 31 st and first day for teaching staff in the 2013/2014 school year is August 12 th. The preferred project construction time is approximately 10 weeks. This project will include the following components: Replacement/Enhancement of the current HVAC system Installation of keypad access at key doors Remodel the front office/vestibule Sidewalk replacement Replacement of all exterior windows, doors, and frames Installation of interior/exterior security cameras SCOPE OF SERVICES The purpose of this RFQ is to solicit and qualify proposals to establish a contract with an Offeror for a General Contractor to successfully complete the project. Comprehensive services shall include but not be limited to: HVAC replacement Page 2 of 6
o Replacement of 18 split systems o New condensing unit (410-A refrigerant) o New 90% efficiency furnace o New refrigerant coil o New PVX vent and intake (concentric kit) o Associated roofing/electrical construction Front office remodel (see attached plans for current and proposed remodel) Window/door replacement o Replacement of all doors and frames to hollow metal doors/frames o Double-glazed, insulated windows Sidewalk/curb/gutter replacement (210 feet) BRIVO keyless entry on 7 doors Security cameras o 7 exterior cameras o 4 interior cameras o Integrated with the network Update the As-built blueprints and provide an electronic copy in original media format as well as five (5) hard copies. OFFEROR INFORMATION, APPROACH, EXPERIENCE & QUALIFICATIONS 1. Offerors should provide the following information on the cover page of their offer: Name of company o Address o Phone number o Fax number o Website o Dunn and Bradstreet number Offeror s Contact person o Direct phone number o Email address Signature Printed name, Date 2. Describe your relevant past performance experience and demonstrated success with the types of projects described in the RFQ document and services provided. Provide references for at least two, but no more than five, projects of similar scope and size; Provide a description of any adverse information and any discussion on that information that you wish the Owner to consider in the evaluation of your offer. Include: Page 3 of 6
Proceedings in which any type of claims were filed by Owners against the contractor; Significant previous and pending lawsuits filed by the contractor; Significant previous and pending lawsuits filed against the contractor; Any administrative proceedings of hearings before any government or regulatory agency, including the Occupation Safety and Health Administration and Internal Revenue Service; Significant claims and the nature of such claims against the owner on recent projects completed or under construction; Bankruptcy, litigation, and arbitration in which any predecessor organization has been involved; Provide narrative describing understanding of this Project, how the Project would be managed, and those aspects of the offeror s Project approach which would enhance school operations and school safety; Provide resumes for proposed key project members; Demonstrate a thorough understanding of LEED and any LEED accreditations and certifications. Include a LEED management plan and a process for the development of documentation to meet the LEED Gold standard as adopted by the Office of the State Architect; Describe the methodology for minimizing the impact on the normal operations of the school during completion of the Project. Include a project timeline including, if applicable, periods where a disruption of normal school operations is unavoidable. Describe the impact on operations during those periods; Demonstrate understanding of CDE Division of Public School Capital Construction regulations and applicable construction codes. Provide description of any lawsuits or claims including status and resolutions; Provide details on the offeror s bonding including: Maximum bonding amount per project; Amount currently bonded; Amount of bonding capacity available; Bonding agency s rating; Bonding agency s Best financial rating; Explain how you will assure that no illegal immigrants or sex offenders are employed on the site; Provide documentation that the Offeror has or will initiate programs, policies, and attitudes, which will result in safety conscious performance of its own personnel and that of subcontractors; Identify any OSHA violations contractor has had in the last three years; and provide the Offeror s OSHA No. 300/200 log for the last three years; Page 4 of 6
Contractors completed AIA Form A305 Contractors Qualification Statement; COST PROPOSAL Do not include a cost proposal. The apparent successful offeror will have the opportunity to negotiate a fee with the Owner. If the negotiation is unsuccessful, then the fee will be negotiated with the next highest scoring Offeror. Details for the cost proposal will be provided to the apparent successful offeror. SELECTION CRITERIA Award Methodology Proposals will be evaluated and ranked in accordance with the evaluation factors stated in this section. Failure of the Offeror to provide any information requested in this RFQ may result in disqualification of their proposal. The responsibility to provide all information requested belongs to the Offeror. A Decision Memorandum will document the basis for the award decision and will be made public after an award has been made. Offerors should not assume that they will have an opportunity for oral presentations or revisions of proposals. Offerors should submit their fullest and most thought-out proposal as their initial proposal. If the award is not able to be made on the basis of initial proposals, then the Offerors in the competitive range (those most responsive to the requirements) may be asked to make an oral presentation. An oral presentation would be held for the purpose of clarifying and ensuring a full understanding of solicitation requirements. If proposal revisions are permitted after oral presentations and discussions, a date will be established in writing for submission of final offers. Offerors will not be provided an opportunity for comprehensive proposal revisions. Evaluation Factors Proposals will be ranked using the criteria below. Ratings shall be based on the Owner s assessment of the adequacy of the Offeror's experience and ability to meet the requirements of the RFQ. The RFQ will be numerically evaluated on the following point system. The scores of the evaluation committee will be added together, and the Offeror with the highest score will be selected. Page 5 of 6
Proposal Evaluation Criteria Maximum Points Ability to Meet Project Timeline 10 Mitigation plan for the disruption of school operations 10 Experience & Qualifications 10 Proposed approach (i.e. how the Offeror s proposed modifications will enhance school operations and safety) 10 Past Performance i.e. Experience/Budget/References/Timeline 10 Total Points Possible 50 Qualifications submitted must be accurate and complete. Acceptance and Rejection The Owner reserves the right to select any or reject any and all proposals in their best interest. The Owner also reserves the right to pre-qualify any or all proposers or reject any or all proposers as unqualified, including without limitation the right to reject any or all nonconforming, nonresponsive, unbalanced, or conditional, qualifications. The Owner also reserves the right to resolicit, waive all informalities not involving price, time, or changes in the work, and to negotiate contract terms with the apparent successful proposer. Enclosures 1. BEST Facility Floor Plan BEST Facility Floor Plan Attachment.pdf Page 6 of 6