Project number: GC Project Title: The Lane Center for Academic Health Sciences

Similar documents
Project number: Project Title: Recreation Center Expansion and Student Wellness Center

STATE OF COLORADO STATE BUILDINGS PROGRAMS

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC)

Request for Proposal (RFP) Leasing of Copiers and Copiers Support Services Throughout Garfield School District Re2

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Attention Design Firms

The District is looking for the architectural firm to provide the following (not listed in order of preference):

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Westside Community Schools Request for Qualifications Architectural Design and Engineering Services Prairie Lane Elementary School March 1, 2018

Mandatory Site Visit: Thursday, July 13, :00 PM (Pierson Library, Shelburne, VT)

REQUEST FOR PROPOSALS For Design Services for New Fire Station

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

Ricardo Flores Magón Academy New PK 8 School Architect/Engineer Services Request for Qualifications/Proposal

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

REQUEST FOR QUALIFICATIONS

Request for Proposals for Construction Manager at Risk Watertown Community Center

Galesburg Public Library, Galesburg, IL

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Attention Design Firms

Request for Qualifications Construction Manager at Risk Contract

Request for Statements of Qualifications Construction Management and General Contractor at Risk San Mateo County Replacement Correctional Facility

Colquitt Regional Medical Center

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR QUALIFICATIONS PRE-BOND ELECTION PLANNING SERVICES, MASTER PLANNING, AND ARCHITECT/ENGINEER SERVICES

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

Request for Qualifications Construction Manager

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Request for Proposals Construction Services Workplace Excellence Project

Chabot-Las Positas Community College District

REQUEST FOR PROPOSAL (RFP) DESIGN BUILD SERVICES. Erie Library Expansion Project

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

UMBC On Call Electrical Maintenance Contract RFP #BC K

CITY OF INGLEWOOD Residential Sound Insulation Program

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES November 8, 2016

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Morgan Hill Unified School District

FINAL MASTER DOCUMENT Issued via 20 Dec 2017

REQUEST FOR PROPOSAL (RFP) # FY

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Knights Ferry Elementary School District

REQUEST FOR QUALIFICATIONS

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Tourism Marketing Strategy

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

SACRAMENTO COUNTY REQUEST FOR PROPOSAL OPERATIONAL REVIEW Voter Registration and Elections DEPARTMENT

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR PROPOSALS

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

Request for Qualifications

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

Request for Qualifications Architectural Analysis Programming and Planning for the Clear Creek County Courts Wing Remodel Project Georgetown, Colorado

REQUEST FOR PROPOSAL FOR DESIGN (ARCHITECTURAL & ENGINEERING) SERVICES

Dakota County Technical College. Pod 6 AHU Replacement

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

Minnehaha County, South Dakota 415 N Dakota Avenue Sioux Falls, South Dakota 57104

CITY OF GOLDEN, COLORADO Parks and Recreation Department

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

City of Georgetown, SC REQUEST FOR PROPOSAL

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

COMMUNITY CONSOLIDATED SCHOOL DISTRICT West Dundee Road Wheeling, IL REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Exhibit A. Purchasing Department School District of Osceola County, Florida

Amalgamation Study Consultant

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

JAMES ISLAND COUNTY PARK. Engineering Consultant Services for FISHING DOCK REPLACEMENT. RFP # Date: April 12, 2018

THE CITY OF DALLAS. SPECIFICATIONS For REQUEST FOR COMPETITIVE SEALED PROPOSAL (RFCSP) BHZ1414

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

Request for Proposals (RFP) for Professional Design and Engineering Services

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

THE ARIZONA BOARD OF REGENTS. for and on behalf of ARIZONA STATE UNIVERSITY REQUEST FOR QUALIFICATIONS FOR: ASU RFQ CMAR 11720

Transcription:

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING SERVICES FOR THE University of Colorado Colorado Springs Project number: 12-016GC Project Title: The Lane Center for Academic Health Sciences IPD CM/GC RFP REV. 7/2010

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING SERVICES ADVERTISEMENTS I. GENERAL INFORMATION TABLE OF CONTENTS A. Introduction/Description of Project B. Minimum Qualifications C. Scope of Services II. PREQUALIFICATION SUBMITTALS (STEP I) A. Schedule B. Mandatory Pre-submittal Conference C. Clarifications D. General Information E. Prequalification Submittals III. ORAL INTERVIEWS/COST PROPOSAL (STEP II) A. Short List B. Oral Interview C. Cost Proposals D. Method of Selection and Award IV. EVALUATION CRITERIA A. PREQUALIFICATION SUBMITTAL CRITERIA 1. Qualifications of the Firm(s) 2. Qualifications of the Management Team Members 3. Project Management Approach 4. Prior Project Experience/Success a. Timeliness b. Budget Considerations c. Quality d. Services Disruption e. Project Acceptability f. Compliance 5. Miscellaneous Considerations a. Claims/Litigation History b. Apprenticeship Training Program c. Experience working in higher education campus environment IPD CM/GC RFP REV. 7/2010

B. ORAL INTERVIEWS/COST PROPOSALS CRITERIA 1. Qualifications of the Firm(s) 2. Qualifications of the Management Team Members 3. Project Management Approach 4. Prior Project Experience/Success 5. Miscellaneous Considerations a. Craft Labor Capabilities b. Apprenticeship Training Program c. Other V. CM/GC CONTRACT INFORMATION: Available at: http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for- RFQRFP.html VI. VII. ACKNOWLEDGMENT AND ATTESTATION: Available at: http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for- RFQRFP.html COST PROPOSAL FORM: Available at: http://www.uccs.edu/facsrvs/planning-designand-construction/projects-out-for-rfqrfp.html APPENDICES: Available on the UCCS web site at: http://www.uccs.edu/facsrvs/planning- Design-and-Construction/Projects-out-for-RFQRFP.html Appendix A: Appendix A1: Prequalification Submittal/Evaluation Form Oral Interview /Evaluation Form Appendix A2: Submittal and Interview Ranking Matrix Appendix B: Appendix C: Appendix D: Specimen of Construction Manager/General Contractor Agreement (Sample) with CM/GC Designated Services and Method of Payment Matrix and CM/GC Certification (Form SC- 6.4) Certification and Affidavit Regarding Unauthorized Immigrants (Form UI-1) Conceptual Drawing IPD CM/GC RFP REV. 7/2010

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING SERVICES University of Colorado Colorado Springs I. GENERAL INFORMATION Settlement Notices For all projects with a total dollar value above $50,000 Notice of Final Settlement is required by C.R.S. 38-26-107. Final Settlement, if required, will be advertised via: Electronic Media A. INTRODUCTION/DESCRIPTION OF PROJECT Estimated Construction Cost: $12.7 million This project is to build an approximately 56,400 gsf condominium medical office building to house multiple tenants and programs. The project budget is $17.0 million ($16.0 million for the building and $1.0 million for parking) with an estimated construction budget of $11.8 million for the building and $900,000 for parking. The design is to include the ability to expand the facility to approximately 125,000 gsf for future needs. Design is scheduled to start mid-december 2011. It is anticipated that there will be multiple bid packages with construction to start late summer 2012. Utility infrastructure work may be accelerated. Owner move-in is expected December 2013. The objectives of this project are to consolidate and expand our mental health and wellness related programs including the CU Aging Center (CUAC), the Gerontology Center (GC) and wellness program in one location, and to potentially provide space for a medical branch campus, a primary care physician office and/or other medical/wellness programs with academic ties. In addition, this plan provides space for a community health organization, Peak Vista, which works closely with the UCCS Department of Psychology, the CU Aging Center and the Gerontology Center. The plan includes common areas to be shared by the various entities providing access to waiting areas, meeting rooms, restrooms, vertical circulation, deliveries, break area, etc. By combining these entities there is an expected saving of space through shared facilities and a reduction of duplicative areas. Peak Vista will purchase their portion of the building through a condominium purchase with UCCS initially owning the rest of the facility. In the case of university occupied space, university funds will be used to finish the space to suit the needs of the individual departments. Similarly Peak Vista will fund the tenant improvements (TI) for their space. Thus, cost accounting will be an important part of this project. This facility will be the first UCCS major facility on the N. Nevada corridor and it is expected that the design and quality of construction will set the tone for further academic buildings in the corridor. The building will be designed and constructed to the latest State of Colorado Architect codes and to the USGBC LEED-NC Gold standard.

The project also includes parking improvements to include new parking for the Lane Center and replacement parking to be funded by the UCCS Auxiliary Parking System. It is anticipated that qualified firms will have experience with the construction of condominium medical office buildings and facilities frequented by senior citizens. The firm should also have experience with tenant finish of medical facilities and wellness centers including workout space and nutrition teaching kitchen. The qualified firm will have experience with State of Colorado A/E agreements and CM/GC contract and construction methods and will have constructed facilities to USGBC LEED-NC gold standard. Project delivery method will be CM/GC. It is anticipated that the project will be constructed in three phases; 1) site/utilities, 2) foundation and superstructure phase and 3) a final completion phase. Through the use of an Architect and a Construction Manager/General Contractor, a Guaranteed Maximum Price (GMP) will be established in conjunction with UCCS at the Design Development phase. The CM/GC will evaluate, among other things, availability of materials and labor, project schedule, project costs as they relate to the established budget, and constructability, and will work with the Architect throughout the value engineering phases of the project. Project-specific elements are: Condominium Medical Office Building construction Extensive infrastructure expansion LEED-NC Gold Certification Constrained near-site staging or parking available Protection of sensitive native landscape adjacent to construction Aggressive project schedule CM services from schematic design phase to include cost estimates, schedule, constructability reviews, and value engineering suggestions GMP established at design development phase Electronic delivery and storage of project documents, including submittals, shop drawings, meeting minutes, schedules, and RFI Modeling and coordination of architect-delivered Revit design in Navisworks or similar 3D software The University of Colorado Colorado Springs anticipates using a Construction Manager/General Contractor (CM/GC) approach to project delivery. A Guaranteed Maximum Price (GMP) and an updated project duration schedule will be established by the Architect/Engineer and the Construction Manager/General Contractor in conjunction with UCCS. The CM/GC will evaluate, among other things, availability of materials and labor, project schedule, project costs as they relate to the established budget, constructability, and will work closely with the Architect/Engineer and UCCS throughout the planning, design and construction phases of the project. Construction is estimated to commence late summer 2012. The process to be used in the selection of the CM/GC is comprised of two steps.

STEP I) is the Submittal of Prequalification as described in Section II (D). STEP II) is the Oral Interview/Cost Proposal as described in detail in Section III. A Jury Panel of individuals who will be involved in the project and/or understand the required services associated with Construction Management/General Contracting will evaluate responses to this RFP for both STEPS. Upon completion of the evaluation of the Submittals of Prequalification, a limited number of firms will be invited to the oral interviews. Sealed fee proposals will be required only from those firms who are interviewed and are to be submitted as indicated in this RFP. Both qualifications and cost will be considered in the final ranking of firms with qualifications given 70% of the value of the weighted criteria and fees for the Cost/ Proposal given 30%. Preference shall be given to Colorado resident bidders and for Colorado labor, as provided by law. Selection and award of this project will be based on a combination of qualifications and costs that represents the best overall value to the State. B. MINIMUM QUALIFICATIONS Notice is hereby given to all interested parties that all firms will be required to meet ALL of the minimum qualifications to be considered for these projects. To be considered as qualified, interested firms shall have, as a minimum: 1. Provided Construction Management/General Contracting services within the last three (3) years for at least two (2) projects each in excess of $ 15,000,000 (hard costs), utilizing the expertise present in their State of Colorado Office; and 2. Demonstrated specific Construction Management/General Contracting experience in projects of similar scope, complexity and schedule, including MEP and site utility coordination expertise; and 3. Demonstrated bonding capability up to $15,000,000 for an individual project coincidentally with current and anticipated workloads; provide letter from surety that affirms this capacity. 4. Constructed at least two (2) facilities meeting USGBC LEED-NC Gold standard. C. SCOPE OF SERVICES The scope of services will include assistance to the State during the process of assessment, design, construction, and warranty period. Specific tasks to be performed by the Construction Manager/General Contractor (CM/GC) include those generally performed by the CM/GC construction community where the Construction Manager is also the Contractor. A sample copy of the State s CM/GC contract is located at UCCS Facilities Services web site http://www.uccs.edu/facsrvs/planning-design-and-construction/projectsout-for-rfqrfp.html A Guaranteed Maximum Price (GMP) will be required at the completion of Design Development phase.

II. PREQUALIFICATION SUBMITTALS (STEP I) A. SCHEDULE 1. The schedule of events for the RFP process and an outline of the schedule for the balance of the project is as follows: i. Advertisement: Monday, November 28, 2011 ii. RFP Document Release: Monday, November 28, 2011 iii. Mandatory Pre-submittal Conference and site tour: 2:00 pm MST, Friday, DEC 9, 2011 in Summit Village Breckenridge, Room 5101 iv. Date email Questions Due: 2:00 pm MST; Thurs., Dec 15, 2011 v. Date Answers Issued on UCCS web site: 5:00 pm MST, Tues., Dec 20, 2011. vi. Submittals Due (Prequalification: Step I): 2:00 pm MST; Friday, JAN 6, 2012 (electronic.pdf format only) vii. Interview Short List Announced: 5:00 pm MST; Tuesday, Jan 17, 2012 viii. Sealed Proposal Due: Bring to Oral Interview ix. Oral Interviews Thursday, Jan 26 or Friday, Jan 27, 2012 x. Selection Announced: 5:00 pm MST; Monday, Jan 30, 2012 xi. Anticipated Construction Finish: December 31, 2013 2. One electronic copy of the submittal shall be made available by Friday, January 6, 2012 and shall be made available no later than 2:00 p.m. MST. Electronic copies can be emailed to: rtaylor@uccs.edu or; made available by delivery of CD or other electronic means. 3. The above schedule is tentative. Responding firms shall be notified of revisions via the UCCS Facilities Services web site. Respondents may elect to verify times and dates by checking the UCCS Facilities Services web site. B. MANDATORY PRE-SUBMMITTAL CONFERENCE 1. To ensure sufficient information is available to firms preparing submittals, a mandatory pre-submittal conference has been scheduled. The intent of this conference is to tour the site and to have UCCS staff available to discuss the project. Firms preparing submittals must attend and sign-in in order to have their submittals accepted. (Additional tours may be scheduled for other staff at a later date for those firms attending the pre-submittal conference).the pre-submittal conference will be held at: Summit Village Breckenridge, Room 5101 University of Colorado Colorado Springs 1420 Austin Bluffs Parkway Colorado Springs, CO 80918

C. CLARIFICATIONS 1. Owner initiated changes to this RFP will be issued under numerically sequenced addenda and posted on the UCCS web site. Addenda generally consist of the following items: a. Clarifications b. Scope Changes c. Time and/or Date Changes Respondents must acknowledge all issued addenda in their submittal and proposal. 2. Respondent initiated email requests for clarification will be received any time on or before Thurs., Dec. 15, 2011; 2:00 p.m. MST. All UCCS responses will be issued on the UCCS Facilities Services web site on or before Tues., Dec. 20, 2011; 5:00 p.m. MST. D. GENERAL INFORMATION 1. All respondents accept the conditions of this RFP, including, but not limited to, the following: a. All submittals shall become the property of the State of Colorado and will not be returned. b. Late submittals shall not be evaluated. Facsimile submittals shall not be accepted. c. Any restriction as to the use of submitted materials must be clearly indicated as proprietary. The requested limitation or prohibition of use or release shall be identified in writing on a cover sheet. Blanket claims of proprietary submittals will not be honored. Fee proposals will be considered proprietary. d. The State reserves the right to reject any or all proposals on the basis of being unresponsive to this RFP or for failure to disclose requested information. e. The State shall not be liable for any costs incurred by respondents in the preparation of submittals and proposals nor in costs related to any element of the selection and contract negotiation process. f. The respondent has reviewed the sample CM/GC contract and by responding has agreed that the terms and conditions of the sample Construction Management/General Contracting Agreement are expressly workable without reservation. E. PREQUALIFICATION SUBMITTALS 1. Respondent must comply with the following items, a through h. The State retains the right to waive any minor irregularity or requirement should it be judged to be in the best interest of the State. (Note that the primary focus of the Prequalification evaluation will be the firm(s) capabilities). a. One complete copy of all material electronically to rtaylor@uccs.edu. b. Submittals shall be formatted in the exact form and numeric sequence of the Evaluation Form located on the UCCS Facilities Services web site http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-

RFQRFP.html A maximum two page cover letter addressed to UCCS Rhea Taylor outlining the firm(s) qualifications is required at the front of the submittal. c. Submittals shall be evaluated in accordance with criteria as indicated in SECTION IV. A. PREQUALIFICATION SUBMITTAL CRITERIA and ranked on the corresponding Evaluation Form located on the UCCS Facilities Services web site http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for- RFQRFP.html d. Response to all items shall be complete and presented in the order of the prequalification submittal criteria. e. All references shall be current, relevant and complete. f. Complete and execute the appropriate Acknowledgment and Attestation Form [available on the UCCS Facilities Services web site http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for- RFQRFP.html, as provided in Section VI and submit at the back of the Prequalification Submittal. g. This notice is also available on the web at www.colorado.gov/dpa/dfp/sbrep h. Late submittals will be rejected without consideration. UCCS and the State of Colorado assume no responsibility for costs related to the preparation of submittals. III. ORAL INTERVIEWS/COST PROPOSALS (STEP II) A. SHORT LIST From the submittals received, a short list of qualified respondents shall be identified using the scoring indicated on the Evaluation Form. Firms failing to meet the minimum required qualifications will not receive further consideration. B. ORAL INTERVIEW Mandatory oral interviews shall be conducted for the short listed firm(s) only. Interview times and location, will be arranged by UCCS and all short listed firms will be notified in advance. At the option of the State, a visit to the short listed firm(s) managing home office and/or representative field office may be required. (Note that the primary focus of the Oral Interview evaluation in addition to the Cost Proposal will be the proposed Project Management Team members capabilities). C. COST PROPOSALS 1. Only those firms short listed for interview are required to submit their sealed proposals. (Only one copy is required on the scheduled submission date.) Cost Proposals will remain sealed until after the qualitative scoring and will then be opened. The Cost Proposal will then be considered (equivalent to 30 percent of the weighted criteria) in conjunction with the qualitative score from the response and interview (equivalent to 70 percent of the weighted criteria). 2. Cost Proposals shall be submitted on the form available on the UCCS Facilities Services web site http://www.uccs.edu/facsrvs/planning-design-and- Construction/Projects-out-for-RFQRFP.html, without modification. A Cost Proposal shall be accompanied with sufficient detail to clearly identify the fee for service and include a detailed schedule of estimated (not-to-exceed) reimbursable and non-

reimbursable costs. Percentage of the cost of work is not an acceptable value. The Cost Proposal should be prepared independently in accordance with the following: a. Any specific services requested in the RFP and its appendices that are not included should be clearly identified. Exclusion of any required service may result in the proposal being found non-responsive. b. Provide a CM/GC staff schedule with staff by name, position and staff-hours (assume 8 hour days) per month estimated on the project. c. Provide a detailed estimate of reimbursable costs including breakdown of direct salaries and payroll fringes (DPE) for on-site CM/GC personnel associated with the services. Include General conditions costs for such off-site personnel as a safety officer, project manager in Line 4 of the Cost Proposal form. Not-toexceed reimbursable expenses shall be provided at direct cost. d. Provide a detailed estimate of non-reimbursable expenses (included in fee). e. The State reserves the right to reject any Cost Proposal not prepared in the above manner. Proposals that exceed the available funds may be rejected outright but the State reserves the right to negotiate a reasonable fee for service within the available funds. The CM/GC contract will be a bonded lump sum contract including not-to-exceed reimbursables and fee with a Guaranteed Maximum Price to encompass all construction work; some not-to-exceed allowances may be included as directed by the State. 3. This Cost Proposal is a binding offer to perform the services associated with the Statement of Work described in this RFP. The State reserves the right to negotiate a cost adjustment based on scope clarification subsequent to selection and prior to contract execution. D. METHOD OF SELECTION AND AWARD The Jury Panel shall complete a combined evaluation of qualifications and fee in accordance with the criteria as indicated in SECTION IV, B. ORAL INTERVIEWS/COST PROPOSALS/EVALUATION CRITERIA. Numerical ranking and selection of the most qualified firm (including fee) will then occur on the corresponding evaluation forms. The final fee amount and scope of work may be negotiated at the State s discretion. Award and contract will be contingent on availability of key proposed Project Management Team staff. IV. EVALUATION CRITERIA A. PREQUALIFICATION SUBMITTAL CRITERIA (Note that the primary focus of the Prequalification evaluation will be the Firm(s) capabilities). 1. QUALIFICATIONS OF THE FIRM(s) Provide a description of the composition and management structure of your firm. Identify the firm s roles and responsibilities and relevant experience with projects of similar scope and complexity and similar fast track project delivery methods. Describe how the firm s experience will relate to the success of this project.

Provide a description and separate graphic organizational chart complete with working titles identifying the lines of authority, responsibility and coordination. Provide a detailed description of the process of how your firm selects qualified subcontractors and manages them effectively on complex multi-phased projects. Provide a detailed description of how your firm will maximize the Colorado construction work force on this project. Provide your firms safety record over the last ten years and describe your firms efforts to retain and support employees. 2. QUALIFICATIONS OF THE MANAGEMENT TEAM MEMBERS Describe the qualifications and relevant experience of the superintendent including demonstrated experience working on projects of similar scope and complexity and time commitment for this project. Describe the qualifications and relevant experience of other key in-house staff and time commitments for this project. Identify all current office locations of the assigned staff and any other resident expertise intended to be provided under this RFP. 3. PROJECT MANAGEMENT APPROACH Provide a strategic project approach summary: Include discussion of your firm s approach in providing successful Construction Management/General Contracting services based on prior experience in cost, schedule and quality effectiveness. Include specific examples (1-2 page excerpts) of actual products (estimates, progress reports, schedules, constructability reviews, value engineering studies, forms, general conditions budgets, organizational structures, etc.). Provide a description of construction work Project Management Team has capability to competitively bid and self-perform, including qualifications to do such. It is the perception of UCCS that subcontracting CM/GC construction work is in the State s best interest in terms of price competition. UCCS may, at its discretion, limit the types and amount of work Project Management Team bids and self-performs. 4. PRIOR PROJECT EXPERIENCE/SUCCESS Select your three (3) most relevant projects and provide, at a minimum, the following: The project/contract name Description of services provided Overall construction cost of project, as applicable, including initial contract value and change orders including reasons for change orders Organizational structure of service delivery under the contract (include the owner s organization as it interfaced with the respondent s contract) Key assigned in-house staff (name and title) Subcontracts (service) used in the performance of the contract Schedule history Reference(s) for Owner and Architect as described in IV.E Continuing services, if any a. Timeliness

In general, Construction Management/General Contracting work is seen as successful if it is on time, on budget, and of high quality of workmanship. Timeliness is generally based on completion by the originally scheduled date and is indicated by a Certificate of Occupancy. Please demonstrate for each of the above projects how timely delivery occurred. b. Budget Considerations Similar to timeliness, being on budget historically means the work was completed within the originally identified available budget. For purposes of this RFP, the State is interested not only in being within budget but also in the respondent s ability to address and implement the following issues as well: 1. Conceptual estimating 2. Value analysis 3. Alternate solutions 4. Scope reduction that maintains project function 5. Cost/benefit analysis Demonstrate for the above projects examples of how you accomplished the above cost control services. c. Quality Construction quality has the obvious traditional connotations (workmanlike, in compliance with the specifications, normal standard of care, etc.). Demonstrate for the above project examples how a high quality of workmanship was achieved. d. Services Disruption Demonstrate how your services on the above project examples dealt with issues of disruption at existing facilities, etc. if applicable. e. Project Acceptability Please discuss how your Construction Management/General Contracting services helped achieve owner satisfaction with regard to project quality and acceptability on your project examples. f. Compliance Provide information on how compliance with industry standards of care, building codes, etc. was achieved. 5. MISCELLANEOUS CONSIDERATIONS a. Claims/Litigation History of Firm Provide information on any past, current or anticipated claims (i.e., knowledge of pending claims) on respondent contracts; explain the litigation, the issue, and its outcome or anticipated outcome.

b. Apprenticeship Training Program Where an Apprentice Training Program certified by the Office of Apprenticeship located in the Employment and Training Administration in the United States Department of Labor exists in the State, or a comparable program for the training of apprentices is available in the State: 1. Each submitter shall demonstrate access to the certified program or a comparable alternative (Note that it is the responsibility of the submitter to demonstrate the comparability of a non-certified program) and, 2. Each submitter s subcontractor at any tier with a contract value of two hundred fifty thousand dollars or more shall demonstrate access to the certified program or a comparable alternative. c. Other This category is included for other items provided by the submitter. Inclusions may include standard firm promotional literature, testimonials, awards, corporate memberships in professional organizations or sponsorships, additional project/contract histories, etc, intended to demonstrate why your firm is uniquely qualified for this project. B. ORAL INTERVIEWS/COST PROPOSALS EVALUATION CRITERIA (Note that the primary focus of the Oral Interview evaluation in addition to the Cost Proposal will be the proposed project management team members capabilities). 1. QUALIFICATIONS OF THE FIRM Explain the composition and structure of your project management team and how the firm will support their efforts in the field throughout this project. Are the lines of authority, responsibility and coordination clearly identified? 2. QUALIFICATIONS OF THE MANAGEMENT TEAM MEMBERS Explain the prior experience with projects of similar scope and complexity and similar fast track project delivery methods of the superintendent and all other project management team members. Explain their roles and responsibilities and authority and why they are the right team members for this project. Explain anticipated project management team staff current and projected workload. Identify all current office locations and the resident expertise intended to be provided under this RFP. Identify the location of the staff for the performance of this contract, their expertise, and generic equipment that will be located in Colorado and act in support of the anticipated contract. 3. PROJECT MANAGEMENT APPROACH Explain the strategic project approach for this project in summary: Include discussion of your team s approach in providing successful CM/GC services based on the needs of this specific project utilizing the team s prior past experience including cost, schedule, and quality control. Explain the construction work the project management team has the capability to competitively bid and self-perform including qualifications to do such work.

Provide a detailed description of how your project management team will select qualified sub-contractors and manage them effectively on this project. 4. PRIOR PROJECT EXPERIENCE/SUCCESS Explain the most relevant projects the superintendent and the team members have completed together and/or separately and what their role was. UCCS may at its discretion contact references and/or conduct independent performance analysis on projects on which the team member has worked). Provide descriptions of other related experience of superintendent and other project management team members. 5. MISCELLANEOUS CONSIDERATIONS a. Craft Labor Capabilities Describe the availability of resources that will be utilized to successfully complete the project. b. Apprenticeship Training Program Describe access to federal or state-approved apprenticeship programs, as available. c. Other This category is included for other items provided by the presenter. Inclusions may include testimonials, awards, corporate memberships in professional organizations or sponsorships, additional project/contract histories, etc, intended to demonstrate why this management team is uniquely qualified for this project. V. CM/GC CONTRACT INFORMATION A. Carefully review the CM/GC Contract sample before initiating your response submittal. Any exceptions to the contract must be communicated formally in accordance with the written questions schedule in II.A. B. The State reserves the right to make non-material changes to the appended model agreement, including additions and /or modifications that may be necessary to more completely describe the services defined or implied herein. C. Any approved reimbursable expenses made under the terms of the final agreement shall be a direct pass-on cost with no adjustment to the fee described therein. D. Any and all products, systems, methods, and procedures developed, as a result of this agreement shall remain the exclusive property of the State. VI. ACKNOWLEDGEMENT AND ATTESTATION FORM A. Several versions of the Acknowledgment and Attestation Form are available at the UCCS Facilities Services web site http://www.uccs.edu/facsrvs/planning-design-and- Construction/Projects-out-for-RFQRFP.html.

B. Proper completion of the appropriate form is a mandatory requirement for a respondent to be considered responsive to this RFP Prequalification Submittal. C. Qualifications made by a respondent in executing this form may render a submittal nonresponsive as determined by the State. VII. COST PROPOSAL FORM A. Immediately following the Acknowledgement and Attestation Form is a Cost Proposal Form to be utilized to summarize the fee proposal for the services. Only those firms short-listed will be required to submit fee proposals as directed by the UCCS. B. This RFP document, it s appendices, and any written addenda issued prior to the submittal of proposals, and written clarifications prior to the interview shall serve as the only basis for proposals. C. The respondent, by submitting this proposal, does hereby accept that minor changes by the State to the exhibited contract and its exhibits, which do not adversely affect the respondent, shall not be cause for withdrawal or modification of the amounts submitted herein. Exceptions to the RFP documents and/or modification of the proposal may render the proposal non-responsive. D. Upon due consideration and review of this document along with its appendices, written addenda, and written clarifications prior to the interview, the respondent does hereby submit the following proposal for Construction Management/General Contracting fees, consistent with the schedules provided in the Statement of Work. Respondents are hereby advised that it is the State s desire to accelerate design and construction schedules where reasonably possible, without adverse cost impact. E. Respondent should complete the Cost Proposal Form by filling in all blanks on the form located on the UCCS Facilities web site: http://www.uccs.edu/facsrvs/planning-designand-construction/projects-out-for-rfqrfp.html F. Respondents should include a separate detailed not-to-exceed reimbursable estimate.