REQUEST FOR QUALIFICATIONS QUALITY ASSURANCE & COST MANAGEMENT SERVICES For the UNIVERSITY OF CALIFORNIA, SAN DIEGO FACILITIES DESIGN AND CONSTRUCTION Proposals due: MONDAY, FEBRUARY 24, 2014 Issue Date: Friday, January 31, 2014
I. OVERVIEW The University of California, San Diego (UCSD) requests written responses to this Request for Qualifications (RFQ) for the selection of a standby consultant(s) for Quality Assurance and Cost Management Services. Under the direction of FD&C Campus and Healthcare Project Manager(s) the Quality Assurance and Cost Management Consultant will assist, on an as-needed basis, with pre-bid review of contract documents, post-bid review of change order documentation, change order review and analysis services for specific contractor change order requests and University change order requests. Respondents must be licensed business entities that are able to designate a qualified individual within the business entity for these services. FD&C will consider the selection of one or more responding firms. This is a qualification based selection. Candidates will be evaluated and short-listed based on the following criteria: Demonstrated understanding of the University of California Construction Contracts. Demonstrated understanding of prevailing wage rates and allowable mark ups for journeyman and apprentice classifications for typical sub-contractor labor rates. Demonstrated understanding of material unit costs. Demonstrated understanding of all construction discipline labor unit costs. Demonstrated experience working within a University or similar environment in a Cost Management Consultant position. A minimum of five years working as a Cost Management Consultant on public works projects. Demonstrated experience negotiating and closing Change Orders with Contractors/Subcontractors. Demonstrated experience successfully working with the Construction Manager/Contractor and University s Project Manager to establish agreed on rates and cost proposals. Demonstrated understanding of the construction of building components such as structural, mechanical, electrical, plumbing, life-safety and telecommunication systems including ability to perform Quality Assurance in review of plans and specs. Demonstrated success in reviewing complex projects in a campus based setting. Have the ability to review all disciplines at any stage of document development and for all delivery methods. Show experience in document and constructability reviews in both renovation and new projects in a Medical and Campus setting. Demonstrate the ability to work in a team environment with the design teams and owner. Page 2 of 6
II. PROJECT INFORMATION AND REQUIREMENTS A. BACKGROUND UCSD is located adjacent to the communities of La Jolla and University City within the northern portion of the City of San Diego. The UCSD main campus, which includes the Scripps Institution of Oceanography, is 1,252 acres in size. The main campus is bisected by Interstate 5 (I-5). The UCSD Medical Center-Hillcrest is located on 56 acres in the northeastern corner of the Uptown community of the City of San Diego. B. OVERVIEW OF POTENTIAL PROJECTS UCSD s current and proposed capital improvement projects include: construction and/or expansion of academic and research buildings, medical research and clinical facilities, housing facilities, hospital facilities, parking/transportation facilities, and/or utility projects. C. SCOPE OF SERVICES FOR QUALITY ASSURANCE & COST MANAGEMENT SERVICES Cost management and Quality Assurance services may include, but are not limited to, the following activities: Review construction documents for compliance with UC Requirements and clear and concise scope established at the beginning of the project: Quality Assurance Services 1. Review Documents at various stages of design to verify the intent of the project is being conveyed in biddable and buildable manner. a. Provide reports that document findings b. Work with the UCSD Project Management and Design Team to resolve outstanding items. c. Provide field investigation of existing conditions as it relates to contract documents or future projects. Pre-Change Order Documentation 1. Wage Rates 2. Material Costs Policy 3. Equipment Rental Rates 4. Project Labor Units Change Order Review Services 1. Contractor Proposed Change Order Review Services a. All scope deductive and additive is included. b. Review scope is in line with the initiating document. c. Review all components are in line with established rates. i. Wages ii. Material costs Page 3 of 6
iii. Rentals iv. Labor Units d. Change Order Review Reports i. Include full analysis of the scope difference. ii. Provide report comparing submitted to review. 2. Owner Requested Change Orders Review Services a. Pre- Bid Review i. Review bid packages, plans and specs, Owner generated Change Requests (ASI s, Design Change Request, CP/FO s) for scope clarity, omissions and conflicts that related to the proposed change. b. Post Bid i. Review Contractor Proposed Change Order Response 1. Verify all contract scope and added scope is presented in a way the deductive and additive scope can easily be determined. 2. Review RFI answers that may cause unintended changes that can be prevented 3. Review submittal responses that may cause changes that can be prevented. D. CONTRACT REQUIREMENTS All services to be provided by the selected Cost Management Services Consultant shall be in accordance with the standard University of California Contracting procedures, which have been reviewed by the Office of General Counsel. The selected Cost Management Services Consultant will perform work under a Professional Services Agreement (PSA) with the University, with authorizations for specific assignments thereafter. The term of the Agreement will be one (1) year with an option to extend on an annual basis to a maximum of two (2) additional years. E. SELECTION PROCESS Submittals will be received from interested respondents by no later than 4:00 PM on Monday, February 24, 2014. The criteria for review of the submitted qualifications and selection of the successful respondents are provided in Section I, Overview above. III. REQUEST FOR QUALIFICATIONS SUBMITTAL REQUIREMENTS To be fully considered, the respondent firms shall comply with the following instructions: A. FORMAT Submit one electronic copy in pdf format, on a cd or flash drive. Any graphic images, spreadsheets or pages larger than 8.5 x 11 should be submitted in landscape view. No paper copies requested. Page 4 of 6
B. REQUIRED RESPONSE ITEMS The RFQ submittal shall contain the following response items: LETTER OF INTEREST Provide a letter that expresses the respondent s interest to serve as a Quality Assurance & Cost Management Services Consultant, and also describes the respondent s perceived strengths in light of the qualifications criteria. RESPONDENT S QUALIFICATIONS The respondent is to complete and submit a Statement of Qualifications (SOQ) form Attachment B. (An Attachment A is not a part of this RFQ) RESPONSE TO SELECTION CRITERIA Describe how and to what extent, the respondent firm satisfies, or intends to satisfy, each of the selection criteria in Section I, Overview above. The narrative should explain the respondents understanding of the approach to work with the University, and how work will be undertaken. RESUMES Submit a resume. Include all relevant experience with similar projects, and indicate the role or duties performed on each project. REFERENCES Provide a minimum of 3 references for the designated qualified individual within the company from Architects, Contractors, or Owners. Also provide references for the company. References can be listed on the Statement of Qualifications Form, Attachment B to this RFQ. STANDARD BILLING RATE SHEET Provide an itemized rate schedule that identifies hourly rates of proposed individuals and expenses, including any proposed cost-plus charges on sub-consultant work. Rates shall be valid for at least one year. Inflation/Cost of Living adjustments will be considered at renewal date each year. IV. STATEMENT OF UNDERSTANDING While the consultant will be selected utilizing qualification based selection, a Statement of Understanding will be requested from the successful respondents prior to final selection that agrees to providing services within specifically stated and commercially reasonable limited fee parameters. V. PROCEDURES FOR SUBMISSION One copy of your proposal is due in this office no later than 4:00 p.m., Monday, February 24, 2014. Page 5 of 6
Forward material by mail or messenger/overnight express to: University of California, San Diego Jennifer Mora, Contracts Analyst Office of Facilities Design and Construction 10280 North Torrey Pines Road, Suite 465 La Jolla, CA 92037-0916 Hours of business: Monday through Friday, 8:00 am to 4:30 pm. Technical questions or questions regarding the scope of services should be directed to Michael Downs, Principal Architect, at 858.534.4094. UCSD requests that interested firms refrain from contacting any other party regarding this project. Every effort will be made to ensure that all persons have equal access to contracts and other business opportunities with the University within the limits imposed by law or University policy. Each Candidate Firm may be required to show evidence of its equal employment opportunity policy. Page 6 of 6