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

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

STATE OF COLORADO OFFICE OF THE STATE ARCHITECT STATE BUILDINGS PROGRAMS

STATE OF COLORADO STATE BUILDINGS PROGRAMS

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

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

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

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

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

Attention Design Firms

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

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

Galesburg Public Library, Galesburg, IL

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

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

THE ARIZONA BOARD OF REGENTS. for and on behalf of ARIZONA STATE UNIVERSITY REQUEST FOR QUALIFICATIONS ASU PROJECT DESIGN PROFESSIONAL DP (CMAR) 11976

Request for Proposals for Construction Manager at Risk Watertown Community Center

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

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

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

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

REQUEST FOR PROPOSAL (RFP) # FY

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

Attention Design Firms

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

Request for Qualifications Construction Manager

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

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

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

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

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

Colquitt Regional Medical Center

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

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

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

Morgan Hill Unified School District

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

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

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

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Request for Qualifications Construction Manager at Risk Contract

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

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

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

UMBC On Call Electrical Maintenance Contract RFP #BC K

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

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

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

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

FINAL MASTER DOCUMENT Issued via 20 Dec 2017

REQUEST FOR QUALIFICATIONS

Knights Ferry Elementary School District

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

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

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

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES November 8, 2016

REQUEST FOR PROPOSALS

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

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

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

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

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

CITY OF GOLDEN, COLORADO Parks and Recreation Department

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSALS

The University of Tennessee REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

Request for Proposals Construction Services Workplace Excellence Project

REQUEST FOR QUALIFICATIONS. Design Professional Services

MINNESOTA STATE COLLEGES AND UNIVERSITIES

REQUEST FOR PROPOSAL FOR DESIGN (ARCHITECTURAL & ENGINEERING) SERVICES

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

November 16, 2015 I. INTRODUCTION

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

THE ARIZONA BOARD OF REGENTS. for and on behalf of ARIZONA STATE UNIVERSITY REQUEST FOR QUALIFICATIONS FOR: ASU RFQ: CMAR 11976

REQUEST FOR PROPOSALS

Tourism Marketing Strategy

Request for Qualifications

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

REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

Request for Proposals

Request for Proposals. For RFP # 2011-OOC-KDA-00

Chabot-Las Positas Community College District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

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

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

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

ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO.

REQUEST FOR QUALIFICATIONS

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

Amalgamation Study Consultant

Engineering Consultant Services for FOLLY BEACH FISHING PIER REPLACEMENT. Folly Beach, South Carolina. RFQ # Date: April 26, 2018

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

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: 13-020 Project Title: Recreation Center Expansion and Student Wellness Center 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 D. Schedule II. PREQUALIFICATION SUBMITTALS (STEP I) A. Mandatory Pre-submittal Conference B. Clarifications C. General Information D. 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 B. ORAL INTERVIEWS/COST PROPOSALS CRITERIA IPD CM/GC RFP REV. 7/2010

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-forrfqrfp.html VI. VII. ACKNOWLEDGMENT AND ATTESTATION: Available at: http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-forrfqrfp.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: 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) IPD CM/GC RFP REV. 7/2010

REQUEST FOR PROPOSALS Construction Management/General Contractor (CM/GC) State of Colorado University of Colorado at Colorado Springs Notice Number: 12-010 Notice Status: # Notice Revisions: Project No: 13-020 Project Title: Recreation Center Expansion and Student Wellness Center Total Estimated Construction Cost: $11.2 million including professional fees, equipment, LEED costs, and owner s contingency 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 Project Description The recreation center expansion entails an addition of approximately 35,997 GSF to the existing 54,000 SF structure and a partial renovation of approximately 12,600 SF of existing space. The Student Wellness Center will entail the construction of 11,608 GSF. Should The Student Wellness Center receive Board of Regent approval, the combined area of new construction (Recreation Center and Wellness Center) will total 47,605 SF. Approvals, design, and construction of the facility and improvements will take approximately twentyseven months to complete. Design is anticipated to begin May 2013, with construction commencing the spring of 2014 and project completion by August 1 st, 2015. The Recreation Center and Student Wellness expansion will be designed to LEED Gold standards. It is the intent of the University that design and educational aspects will be built into the facility that will allow students to understand the impact of their living environment. These learning experiences will include both building and site sustainable design Project-specific elements are: LEED Gold Certification Facility must remain in use, including partial parking lot, during construction Very limited near-site staging or parking available Protection of sensitive native landscape adjacent to construction 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 RFIs

Modeling and coordination of architect-delivered Revit design in Navisworks Scope of Services Provide CM/GC services for the Recreation Center Expansion and Student Wellness Center project. Minimum Requirements Notice is hereby given to all interested parties that all firms will be required to meet all minimum qualifications to be considered for this project. 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 $10,000,000 (hard costs), utilizing the expertise present in their Colorado Office; and 2. Demonstrated specific Construction Management/General Contracting experience in projects of similar scope, complexity and schedule; and 3. Demonstrated bonding capability up to $12,000,000 for an individual project coincidentally with current and anticipated workloads; provide letter from surety that affirms this capacity. Firms meeting the minimum requirements may obtain the RFP on our web site at: http://www.uccs.edu/facsrvs/planning-design-and-construction/projects-out-for-rfqrfp.html Other Information Preference shall be given to Colorado resident bidders and for Colorado labor, as provided by law. Pre-Submittal Meeting A mandatory Pre-Submittal Meeting will be held at University Center, Rm 302, 1420 Austin Bluffs Parkway, Colorado Springs, CO at 2:00 pm on Friday, April 19, 2013. Electronic Submittals Due Date & Time: Wednesday, May 1 st, 2013 by 2:00 p.m. Email Address: submit@uccs.edu Comments: Late submittals will be rejected without consideration. UCCS and the State of Colorado assume no responsibility for costs related to the preparation of submittals. Submittals may also be hand delivered on electronic media if the file is too large to email.

Point of Contact Name: Charles Cummings Agency: Phone: 719-255-4159 Fax: 719-255-3222 Email: University of Colorado Colorado Springs ccummin2@uccs.edu This Notice is also available on the web at http://www.colorado.gov/cs/satellite/dpa- EO/DEO/1247524014223

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING SERVICES University of Colorado Colorado Springs I. GENERAL INFORMATION A. INTRODUCTION/DESCRIPTION OF PROJECT The recreation center expansion entails an addition of approximately 35,997 GSF to the existing 54,000 SF structure and a partial renovation of approximately 12,600 SF of existing space. The Student Wellness Center will entail the construction of 11,608 GSF. Should The Student Wellness Center receive Board of Regent approval, the combined area of new construction (Recreation Center and Wellness Center) will total 47,605 SF. The recreation center expansion entails an addition of approximately 35,997 GSF to the existing 54,000 SF structure and a partial renovation of approximately 12,600 SF of existing space. The addition to the recreation center will include: 6940 assignable square footage to weight and fitness 2796 assignable square footage to a 50 person fitness studio A double collegiate court gymnasium with 340 spectator seating, ASF of 13,050 Additional wet locker rooms, minimum ASF of 1600. If funding and design allow, an increase to ASF for this purpose is desirable. Conversion and remodel of the current gymnasium to a multi-activity court, currently ASF of 12,600 1400 ASF for an intercollegiate athletics fitness space The Student Wellness Center will entail the construction of 11,608 GSF to include: 6 wet exam rooms at 120 ASF each for a total of 720 ASF 2 director offices at 200 ASF each for a total of 400 ASF 1 manager office at 150 ASF 1 wet lab at 350 ASF 2 gender neutral restrooms for patient use only at 60 ASF each for a total of 120 ASF 5 provider offices at 120 ASF each for a total of 600 ASF 2 group therapy rooms at 500 ASF each for a total of 1000 ASF 15 therapy rooms at 135 ASF each for a total of 2025 ASF 1 waiting area at 600 ASF 1 reception area at 700 ASF 1 records/storage at 300 ASF Should The Student Wellness Center receive Board of Regent approval, the combined area of new construction (Recreation Center and Wellness Center) will total 47,605 SF. 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 Spring 2014. 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%. 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 $ 10,000,000 (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 $12,000,000 for an individual project coincidentally with current and anticipated workloads; provide letter from surety that affirms this capacity. 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.

D. 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: Prequalification - Step 1: Tuesday, April 9 th, 2013 Tuesday, April 9 th, 2013 Friday, April 19th, 2013 Wed., April 24th, 2013 Friday, April 26th, 2013 Wed., May 1st, 2013 Wed., May 15th, 2013 Advertisement posted RFP Document Release Mandatory Pre-submittal Conference and site tour 2:00 pm MDT Questions via email (submit@uccs.edu) due: 2:00 pm MDT Date Answers Issued on UCCS web site: 5:00 pm MDT Submittals Due (Prequalification: Step I): 2:00 pm MDT; (electronic.pdf format only) Interview Short List Announced: 5:00 pm MDT Oral Interviews/Cost Proposals Step 2: Week of: June 3rd, 2013 Oral Interviews Sealed Proposal Due (Evaluation and Award): Bring proposal to Oral Interview Friday, June 5th, 2013 Selection Announced: 5:00 pm MDT August 1, 2015 Anticipated Construction Finish 2. Electronic Submittals: One electronic copy of the submittal shall be made available by the above-listed date and time. Electronic copies can be emailed to: submit@uccs.edu or; made available by delivery of CD or USB flash drive, delivered to the Campus Services Building reception desk. 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.

II. PREQUALIFICATION SUBMITTALS (STEP I) A. 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: 2:00 pm MDT, University Center, Room 302 University of Colorado Colorado Springs 1420 Austin Bluffs Parkway Colorado Springs, CO 80918 B. 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 Wednesday, April 24th, 2013; 2:00 p.m. All UCCS responses will be issued on the UCCS Facilities Services web site on or before, Friday, April 26th, 2013; 5:00 p.m. C. 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. D. PREQUALIFICATION SUBMITTALS 1. Respondent must comply with the following items, a through f. 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). Proposals shall have a maximum of 30 pages. a. One complete copy of all material electronically to submit@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-forrfqrfp.html. A maximum two page cover letter addressed to UCCS Charles Cummings 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-forrfqrfp.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-forrfqrfp.html, as provided in Section VI and submit at the back of the Prequalification Submittal. 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-andconstruction/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 man-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-andconstruction/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/site/projectsoutforrfq.htm F. Respondents should include a separate detailed not-to-exceed reimbursable estimate.