A. Invitation to Submit Qualifications/Proposal Ricardo Flores Magón Academy (RFMA) is inviting Architect/Engineer (A/E) firms to submit statements of qualifications and a proposal to provide architectural and engineering services for the New PK-8 School Project as described below. Please review this Request for Qualifications/Proposal (RFQ/P) and follow the guidelines to be considered for A/E services. The selection process will consist of this RFQ/P, followed by Interviews of shortlisted firms. B. Project Information Ricardo Flores Magón Academy 5301 Lowell Boulevard Denver, CO 80221 Background Ricardo Flores Magón Academy (RFMA) serves students in grades Kindergarten through 8 th grade. This school provides services to approximately 280 students and is chartered through the Colorado Charter School Institute. RFMA Vision: Be the flagship socially conscious preparatory school for the Latinx population of Metro Denver; and to be the model of culturally relevant, academically rigorous, and inspiring arts education. RFMA Mission: The RFMA colectivo takes absolute responsibility to prepare all students for high school, college, and life- regardless of home language or background- by employing high expectations, a profound passion for teaching and learning, and an emphasis on social consciousness. Magonistas succeed not by chance, but rather through hard work, preparation, and urgency. By embracing our cultural heritage, RFMA educators work collectively to inspire our students to be champions in the classroom, on the tennis court and chess board, in college, and beyond. RFMA Values: Dignified / Dignos United / Unidos Problem Solvers / Solucionistas Humble / Humildes Diligent / Diligentes Issue Date: July 23, 2018 Page 1 of 6
Project Description RFMA has received a Colorado Department of Education BEST Cash grant to help fund the construction of a new 33,000 Square Foot PK-8 facility to replace its current facility. The new facility is to be constructed on the north portion of the existing site. The following are provided for informational purposes in regard to the project: 1. BEST grant application, along with proposed site plan Exhibit A 2. Detailed Project Budget submitted with the BEST grant application Exhibit B 3. Preliminary Project Schedule submitted with the BEST grant application Exhibit C 4. Consultant SOQ Form Exhibit D 5. SOQ Relevant Project Experience Matrix Exhibit E 6. Draft Site Plan Exhibit F Project Team consists of RFMA (Owner) and Vanir Construction Management as the Owner s Representative (OR). CM/GC is the anticipated project delivery model. A/E Selection Milestones 23 July 2018 Issue RFQ/P Advertisement 30 July 2018; 3:30 PM MDT Optional Site Visit 2 August 2018; 2:00 PM MDT RFQ/P Questions Due 3 August 2018 RFQ/P Addendum/Clarifications 9 August 2018; 2:00 PM MDT A/E SOQ/Proposals Due 16 August 2018 Notification of Shortlist 24 August 2018; starting at 2:00 PM MDT A/E Interviews 27 August 2018 Notification of Intent to Award Other Project Consultants (not part of the Design Team) Retained by Owner In addition to Architect and design services described in this request, the Owner is also going to procure and manage other consultants necessary for successful completion of the Project. These consultants will include, but are not limited to: Geotechnical/Materials Testing; Surveyor; Environmental Consulting; Commissioning; Other Consultants the Owner may determine are necessary to meet the objectives of the project. Issue Date: July 23, 2018 Page 2 of 6
Interested firms are to direct ALL communications to Annette Ernst at annette.ernst@vanir.com. No clarifications will be accepted after the clarification deadline as indicated in the project schedule. Responses to clarifications will be sent via email to all candidates who requested the RFQ/P and will be posted online at www.magonacademy.org. Candidates shall not contact any team members or any individual associated with the Owner or the Colorado Department of Education (CDE) Regional Program Manager2 regarding this RFQ/P or this project. Submittal scoring will reflect non-compliance to this requirement. Statements of Qualifications/Proposals are to be submitted to Annette Ernst at Vanir CM, 12211 W. Alameda Parkway, Suite 202, Lakewood, CO 80228 on the specified date. The Owner intends to select the A/E firm that will provide the best management expertise to obtain a quality project, within a mutually agreed upon timeframe, at an optimal cost. The Owner reserves the right to accept the proposal which it deems to be in its best interest, or to reject any and all proposals and to waive or disregard irregularities or formalities that may be deemed in the best interest of the Owner. The Owner is not responsible for cost incurred in preparation of this proposal. The Owner desires to select an A/E that will be compatible with the Owner and who can strengthen the team to provide planning and design services for the project. C. Specific Items to Include in the Statement of Qualifications/Proposal 1. Interested consultants are invited to submit six (6) hard copies and one (1) electronic (PDF format w/bookmarks) copy of a COMBINED Statement of Qualifications (SOQ) and Project Specific Proposal by responding to the items below. Responses must be in sufficient detail to provide for a thorough evaluation and assessment. 2. Information presented in the Proposal should conform to the following: a. The Combined SOQ / Proposal shall be limited to a maximum of thirty (30) pages of information. Resumes, the Cover Sheet, Table of Contents and divider pages are not counted in the page count. b. The SOQ/Proposal shall conform to the requirements as specified. Include subconsultant relevant project experience within the matrix. c. Information submitted must be arranged in the same order in which it is requested in Section D SOQ/Proposal Components of this RFQ/P. D. SOQ/Proposal Submittal Components SECTION 1 A. Cover Sheet (not a cover letter) - The cover sheet (not included in page count) will show the following: o Firm's name o o Firm s address Signature and the name of the person(s) authorized to make representation for the firm and that person's address and telephone number. Issue Date: July 23, 2018 Page 3 of 6
B. Table of Contents (not included in page count) that corresponds with the Submittal Components listed herein. C. Cover Letter including firm s key personnel commitment for the Architect firm and the leads for Mechanical and Electrical engineering. SECTION 2 A. Completed SOQ Form and completed Project Matrix, printed 11 x17 and does not count toward page limit. Include projects in PK-12 Schools within the last five (5) years. SECTION 3 A. Provide detailed information on the Project Team Organization including Key Project Specific Personnel, and all sub-consultant staffing and organization chart with duties/roles. Include IT consultant, kitchen consultant, roofing consultant, landscaping consultant and other recommended special consultants. Resumes to be included in the proposal portion of the submittal. Provide 2 owner references for key personnel. B. List Key Project Specific Personnel current workload/availability; include key Subconsultant leads. It is expected that your firm has the current capabilities and capacity to complete the project. C. Describe consultant in-house capabilities, i.e. engineering, life cycle analysis, estimating, etc. D. Approach to Design Coordination of sub-consultant scope of work. SECTION 4 A. The State Guidelines for High Performance and Energy Efficient design identify that districts receiving a BEST grant evaluate the LEED (Leadership in Energy and Environmental Design) V4 for Schools or US CHPS and achieve a certification that allows for the school to be able to operate and maintain the facility at its completion. This project will target LEED Gold or US Collaborative for High Performing (US -CHPS) certification as adopted by the Office of the State Architect and a thorough review of the HPCP requirements should be conducted. Describe consultant s experience and approach in the design of LEED Gold certified or CHPS K-12 buildings. Confirm if firm will provide consulting for LEED or CHPS or if firm will provide these services through a sub-consultant. SECTION 5 A. Describe consultant s experience and anticipated role with Construction Manager/General Contractor (CM/GC) project delivery model. SECTION 6 A. Provide a detailed design schedule, including design and permitting milestones, from the notice to intent to award date to the start of construction. Provide reasoning in this section for any modifications or alterations your firm wishes to make to the recommended design schedule. B. Describe ability to address project budget tracking and transparency on design decisions to project stakeholders. Issue Date: July 23, 2018 Page 4 of 6
SUBMITTAL REVIEW, SELECTION PROCESS & FEE NEGOTIATIONS The selection process consists of two phases, followed by negotiations with the apparent winner. PHASE 1 SOQ AND WRITTEN PROPOSAL REVIEW The School s Selection Committee will evaluate and score the RFQ submittals based on the selection criteria listed below: Max Point Selection Criteria Possible Section 1: Introduction. Did the Cover Sheet include firm name, address and signature of authorized representative of firm? Was the Table of Contents complete and did it correspond to the submittal components? 10 points Section 2: Experience and Qualifications. Is the Statement of Qualifications (SOQ) complete? Is the Relevant Project Experience Matrix complete with all requested information? Are the listed projects within the last 5 years and in PK-12 schools? Did the candidate discuss budget tracking and transparency? Section 3: Project Team. Does the submittal include detailed information on the Project Team Organization Chart including Key Project Specific Personnel, including sub-consultant staffing and organization chart with duties/roles? Does the submittal include proposed IT Consultant, Kitchen Consultant, Roofing Consultant, and other recommended consultants? Are resumes included? Are two (2) Owner references for key personnel included? Is the workload/availability of Key Project Specific Personnel and key sub-consultant leads provided? Are Consultant in-house capabilities provided; i.e. engineering, life cycle analysis, etc? Section 4: High Performance Design: How does the applicant address considerations for high performance design? The project will target LEED Gold or US CHPS certification. Section 5: CM/GC Delivery Method. Does the submittal indicate experience with the CM/GC delivery method of construction? Does the applicant address why they feel the CM/GC process would benefit the project and has provided examples? Section 6: Budget & Schedule Management. Design team s approach to adhering to the total project budget and the design schedule milestones which are key to successful project delivery. Total Points PHASE 2 INTERVIEW 20 points 30 points 10 points 10 points 20 points 100 points An interview invitation will be extended to the top Candidates (approximately 3-5) with the highest RFQ/P submittal scores on the date noted in the project schedule. The invitation will explain the interview requirements and provide the time and location. The purpose of Issue Date: July 23, 2018 Page 5 of 6
the interview is to ensure a full understanding of the RFQ/P responses and to introduce key members of the Architect/Engineer team. The interviews may consist of a short presentation followed by a period for questions and answers. During the short presentation, if any, the lead consultant for the project should be identified along with members of the Architect/Engineer team. Please note team members that will not be directly working on the project are not invited to the oral interviews. The apparent winner will be determined based on interview score, which is separate from the RFQ/P submittal score. FEE PROPOSAL - NEGOTIATIONS Shortlisted Candidates shall prepare a detailed fee proposal as outlined below. The fee proposal is to be submitted in a sealed envelope prior to the start of their interview. Failure to provide a fee proposal which addresses each of the items listed below may result in disqualification from the RFQ/P process. Detailed fee proposals shall include the following: Total lump sum fee; Please provide a breakdown of fee to include all subconsultants (i.e. Program Validation, SD, DD, CD, Bidding/Negotiation, Construction, Close-out. Confirm scope of services are provided per draft agreement; Confirmation that all scope items from the original RFQ/P will be addressed; Any exclusions with explanations; Estimated # of hours; Estimated # of people; Other resources; How the resources are to be used; Breakout of anticipated reimbursables included in the fee proposal; Hourly rates for all personnel involved in the project; Number of site visits anticipated to complete the work; Breakout of fees for any non-required scope proposed; The negotiated fee is anticipated to include all costs including reimbursables for the project resulting in a "lump sum" format contract. Only the fee proposal of the apparent winner will be revealed to the selection committee. If the apparent winner s fee exceeds the Owner s budget and if subsequent negotiations with the apparent winner are unsuccessful, the Owner reserves the right to negotiate with the next highest-scoring Candidate. It is anticipated that the selected design team will be responsible for maintaining the design and budget parameters as described in the Best Grant application. Issue Date: July 23, 2018 Page 6 of 6