Request For Information



STATE OF COLORADO

OFFICE OF THE STATE ARCHITECT

STATE BUILDINGS PROGRAMS

[pic]

REQUEST FOR QUALIFICATIONS

FOR

ARCHITECTURAL/ENGINEERING/CONSULTING SERVICES

For The

Auraria Higher Education Center

For The

Auraria Campus 10th Street Pedestrian Corridor ADA Improvements Design and Construction Administration Services

REQUEST FOR QUALIFICATIONS

FOR

ARCHITECTURAL/ENGINEERING/CONSULTING SERVICES

TABLE OF CONTENTS

ADVERTISEMENTS

I. INTRODUCTION

Description of Project

Project Background

Scope of Services

SUBMITTAL REQUIREMENTS

Resources of Project Design Team

Project Design Approach

Prior Experience/Performance/References

Project Approach

Work Location

SELECTION PROCESS

A. Inquiries

B. Submittals

C. Evaluation Criteria

1. Screening Panel/Short List

2. Oral Interviews

3. Schedule

D. Proposal Evaluation and Contract Award

APPENDICES

Appendix A: Architect/Engineer/Consultant Contract (Standard or CM/GC Format)

Appendix B: Certification and Affidavit Regarding Unauthorized Immigrants

Appendix C: Acknowledgment and Attestation Form

I. INTRODUCTION

A. DESCRIPTION OF PROJECT

The Auraria Higher Education Center is soliciting statements of qualifications from firms to provide professional Civil Engineering and Landscape Architectural Design services for a State of Colorado Controlled Maintenance Project that is intended to address Americans with Disabilities Act (ADA) issues on 10th Street on the Auraria Campus.

The Auraria Higher Education Center (AHEC) intends to select a Engineering and Landscape Architectural Design consulting team to identify, prioritize and enable cost effective reconstruction, retrofits and enhancements to the street surfaces, sidewalks and curbs within the project area, and other amenities which may include plantings and drainage improvements.

The selected Engineering and Landscape Architectural Design Team will then design the above named improvements, provide the design documents and reports that are necessary to obtain City of Denver permits and approvals for utility reviews, drainage reviews, and storm water management, construction plans and bid documents, and provide the required construction administration services to deliver a quality project, on time and on budget.

B. PROJECT BACKGROUND

The campus inherited the early 1900’s neighborhood streets that made up the Auraria neighborhood. The 10th Street Pedestrian Corridor is a principal walkway through the campus. The existing street cross-slopes vary between 5% and 10% and greatly exceed the ADA 2% maximum cross slope criteria. The steep crowns cause slippery and hazardous conditions during inclement weather conditions and there is a large amount of surface deterioration and cracking on the existing walking surface.

The surface needs to be removed and replaced with a more pedestrian friendly walking surface. Due to the amount of area that will be disturbed with this construction, the City of Denver will require the campus to provide storm water quality and quantity mitigation. In order to minimize the amount of storm water improvements, the campus is proposing to install permeable pavers and raise the grade of the curbed outside section in order to alleviate the cross slope problem. Only work will be done to address ADA concerns and the problematic asphalt roadway sections. All existing medians and landscape improvements will remain except where storm water improvements create the need for removal.

The buried chilled water piping in 10th Street is over 30 years old and will be replaced with this proposed construction. The steam lines in 10th are also approaching 30 years and condensate and steam piping will receive cathodic protection to reduce piping corrosion as part of this proposed work.

Because of funding constraints the project will be split into three phases.

Phase 1 funding is to provide for the design of the entire length of the corridor from Colfax to Larimer Street and construction of walkway and drainage improvements between Colfax to the north of Champa. The work proposed in Phase 1 will allow the campus to address a building flooding issue at the Technology Building (The east entrance to Technology drains towards the building, and the work proposed will allow this situation to be addressed.) as well as address a commitment made to the City of Denver to provide additional detention for South Classroom Courtyard.

Phase 2 funding will provide for the construction of the section between Champa and Curtis.

Phase 3 funding will provide for the construction of the section between Curtis Street and Larimer Street.

C. SCOPE OF SERVICES

The Scope of Services for the Project will involve design and preparation of specifications, construction cost estimates, construction plans and other requirements for inclusion in construction bid documents for three separate phases. Work will include design and other related services for the replacement of approximately 1,360 linear feet of deteriorating asphalt paving with pervious concrete pavers, design of storm water improvements, design for replacement of the buried chilled water piping in 10th Street is over 30 years old, and providing cathodic protection for the steam lines in 10th that are also approaching 30 years to reduce piping corrosion. The campus is also interested in a pass-fail analysis of whether it would be economical and viable to utilize the existing steam system infrastructure in 10th Street to provide walk surface heating to minimize slip and fall potential. If walk surface heating is viable, then it could be included as an add alternate to the project.

The successful design team shall perform all design and related services necessary to produce a complete set of construction plans and specifications suitable for solicitation of firm fixed price bids. Services shall include preparation of drainage reports and plans in accordance with City of Denver specifications, policies, and regulations, preparation of construction bid packages, construction cost estimates, attendance at the construction bid opening, and assistance in evaluating construction bids.

The scope of services shall include:

Task 1 - Schematic Design.

1. The Design Team shall be prepared to meet with Auraria staff and City of Denver to review and discuss project goals, existing conditions, current infrastructure project status, and Denver standards and specifications.

2. The Design Team shall utilize existing campus GIS mapping information and work with Auraria staff to develop a Schematic Design with alternate approaches to the design of the Project.

3. The Design Team shall survey and prepare maps of existing conditions within the Project Area including as applicable, grades and lines of streets, pavement, poles, utilities, buildings, structures, other improvements and trees for the preparation of the construction plans and drainage reports.

4. The Design Team shall be prepared to present the Schematic Design documents with alternative approaches to the design of the Project with the Auraria staff for approval. Schematic Design documents should consist of drawings and other documents illustrating the scale and relationship of project components and preliminary project cost estimates. Should the cost estimates prepared for the Pre-design Report exceed the currently approved budget, Design Team shall prepare a list of possible Value Engineering (VE) alternates to bring the design back within budget.

5. During this Phase the Design Team shall develop and submit a general design concept and a general landscape and architectural concept for the recommended street improvements that addresses the following:

a. Landscape concepts

b. Proposed plant materials

c. Detention storage concepts

d. Brick paver designs or patterns

e. Graphic presentation of the proposed materials that are to be used.

Task 2 – Phase 1 Drainage Report.

1. Design Team shall prepare a drainage report and plans for the Phase 1 project area that addresses the phased construction in accordance with City of Denver specifications, policies, and regulations.

2. Design Team shall initiate applications for permits required and reviews of other governmental and non-governmental agencies as applicable.

Task 3 – Phase 1 Construction Documents.

1. The Design Team shall prepare and present construction documents consisting of plans, and specifications setting forth in detail the requirements for the construction of Phase 1 of the project and detailed cost estimates.

2. Plans shall show the physical location of all natural and man-made features present within the Project Area, and a minimum of 25 feet past the proposed construction limits, it is advisable to collect data at the intersecting street crossings to the next intersecting street in case it is desired to locate detention storage outside of the pedestrian corridor. Such features shall include, but are not limited to: walls, walks, steps, poles hedges, trees, water meters, gas valves, shrubs, buildings, structures, signs, curbing, handicapped ramps, roadways, alleys, existing utilities (with elevations where necessary), existing irrigation systems and appurtenances, and spot elevations on walls, walks, steps and building entrances. The plans shall also show the location of all easements. Proposed grades shall be shown on each feature that will require a tie-in/reconnection to the new work. These features would typically include, but are not limited to walks, steps, driveways, and where each phase ends and ties to existing.

3. Preparation of the Phase 1 Construction Plans, the Special Conditions/Requirements and the Specifications shall be the Design Team’s sole responsibility. Construction Plans, Special Conditions/Requirements and Specifications shall be submitted to City of Denver to obtain City of Denver permits and approvals for utility reviews, drainage reviews, and storm water management. The plans and specifications shall also be submitted to an approved State Code Review Agent for review and Notice of Code Compliance.

4. The Design Team shall prepare an updated Engineer’s Estimate of Probable Construction Cost just prior to submitting the pre-final documents (approximately ninety-five percent (95%) complete design). The estimate shall be based on a Work breakdown structure describing finite elements of the work and unit prices applicable to each element. The Work breakdown structure shall include items for utility reconstruction and/or relocations, traffic control, and site work, mobilization and project close-out. Should the pre-final Engineer’s Estimate of Probable Costs exceed the approved budget, the Design Team shall be required to revise the design to come within the Project budget at no cost to the agency.

5. The Design Team shall furnish copies of the Phase 1 Construction Plans, the Special Conditions/Requirements and the Specifications in sufficient quantity to handle the needs of bidding and construction.

Task 4 – Phase 1 Construction Bidding.

1. After the reviews and approvals by City of Denver and the State Code Review Agent and approval by Auraria staff, the Design Team shall assist the AHEC in advertising the Phase 1 construction contract(s) for the Project and conduct one pre-bid conference and assist with answering bidder questions during the bidding process.

Task 5- Construction Administration for Phase 1.

1. Provide construction administration, which shall include the following:

a. Pre-construction walk-through.

b. Review and approval of all contractor material and equipment submittals.

c. Attend weekly OAC meetings, provide construction team answers to all Requests of Information (RFI’s), initiate change order process, if required, and provide all required close out paperwork. Either before or after OAC meetings, perform site visits, site inspections, employee interviews, and improvements and equipment installation inspections.

d. Design Team shall participate in final walk-through inspections of the Phase 1 Project and prepare punch list of items needing correction and recommend when work is completed and the project is ready for substantial completion.

e. Provide construction as-built drawings based upon contractor red-line construction plans.

f. Provide any engineer certifications that Denver may require.

g. Warranty Phase -- The Design Team shall participate in a walk-through of the Phase 1 Work near the end of the one year warranty and prepare a final punch list of items needing correction and recommend when the work is completed and the project is ready for final acceptance.

Task 6 – Phase 2 and Phase 3 Drainage Reports.

1. Design Team shall prepare a drainage report and plans for the Phase 2 and 3 project areas that addresses the phased construction in accordance with City of Denver specifications, policies, and regulations.

2. Design Team shall initiate applications for permits required and reviews of

other governmental and non-governmental agencies as applicable.

Task 7 – Phase 2 and 3 Construction Documents.

1. The Design Team shall prepare and present construction documents consisting of plans, and specifications setting forth in detail the complete requirements for the construction of the project in two separate phases and detailed cost estimates.

2. Plans shall show the physical location of all natural and man-made features present within the Project Area, and a minimum of 25 feet past the proposed construction limits, it is advisable to collect data at the intersecting street crossings to the next intersecting street in case it is desired to locate detention storage outside of the pedestrian corridor. Such features shall include, but are not limited to: walls, walks, steps, poles hedges, trees, water meters, gas valves, shrubs, buildings, structures, signs, curbing, handicapped ramps, roadways, alleys, existing utilities (with elevations where necessary), existing irrigation systems and appurtenances, and spot elevations on walls, walks, steps and building entrances. The plans shall also show the location of all easements. Proposed grades shall be shown on each feature that will require a tie-in/reconnection to the new work. These features would typically include, but are not limited to walks, steps, driveways, and where each phase ends and ties to existing.

3. Preparation of the Construction Plans, the Special Conditions/Requirements and the Specifications shall be the Design Team’s sole responsibility. Construction Plans, Special Conditions/Requirements and Specifications shall be submitted to City of Denver to obtain City of Denver permits and approvals for utility reviews, drainage reviews, and storm water management. The plans and specifications shall also be submitted to an approved State Code Review Agent for review and Notice of Code Compliance.

4. The Design Team shall prepare an updated Engineer’s Estimate of Probable Construction Cost just prior to submitting the pre-final documents for each phase of the project (approximately ninety-five percent (95%) complete design). The estimate shall be based on a Work breakdown structure describing finite elements of the work and unit prices applicable to each element. The Work breakdown structure shall include items for utility reconstruction and/or relocations, traffic control, and site work, mobilization and project close-out. Should the pre-final Engineer’s Estimate of Probable Costs exceed the approved budget, the Design Team shall be required to revise the design to come within the Project budget at no cost to the agency.

5. The Design Team shall furnish copies of the Construction Plans and Specifications in sufficient quantity to handle the needs of bidding and construction.

D. DESIGN SCHEDULE/DELIVERABLES

Task 1 - Schematic Design.

1. The Design Team shall be prepared to submit for review the Schematic Design concept to Auraria staff (six sets) within forty-five (45) calendar days of the award of the contract for Professional Services.

2. Meetings with the AHEC staff and Design Team to discuss design criteria, project coordination and receive feedback – assume a minimum of three (3) meetings

Task 3 – Phase 1 Construction Documents.

1. The Design Team shall be prepared to submit for review Construction Plans, Drainage Report and Specifications to AHEC (4 sets), and one set each to the State Code Review Agent, Denver Water, Denver Fire, State of CDPHE and City of Denver (2 sets) within twenty-one (21) calendar days of AHEC’s acceptance of the Schematic Design. Review will be performed by each review authority. Additional submissions resulting from the Design Team submitting documents that AHEC, the City, or other review authority determines the submittal lacks the required detail shall be made at no additional cost to AHEC. If the completed plans and bid documents are rejected because they are incomplete they shall be promptly revised and resubmitted at no additional cost to AHEC.

2. The completed set of Construction Plans, Specifications and Special Conditions/Requirements must be submitted within ten (10) days after approvals have been obtained by AHEC, and the other review authorities. The Design Team shall submit (three sets each) to AHEC and the City of Denver.

Task 6 – Phase 2 and 3 Construction Documents.

1. The Design Team shall be prepared to submit for review Construction Plans, Drainage Report, and Specifications to AHEC (4 sets), and one set each to the State Code Review Agent, Denver Water, Denver Fire, State of CDPHE and City of Denver (2 sets) by March 21, 2014. Additional submissions resulting from the Design Team submitting documents that AHEC, the City, or other review authority determines the submittal lacks the required detail shall be made at no additional cost to AHEC. If the completed plans and bid documents are rejected because they are incomplete they shall be promptly revised and resubmitted at no additional cost to AHEC.

2. The completed set of Construction Plans, Specifications and Special Conditions/Requirements must be submitted within ten (10) days after approvals have been obtained by AHEC, and the other review authorities. The Design Team shall submit (three sets each) to AHEC and the City of Denver.

II. SUBMITTAL REQUIREMENTS

A. RESOURCES OF PROJECT DESIGN TEAM

• Provide a description of the composition of your project design team. If your team is a joint venture or association, indicate specific responsibilities.

• Provide a separate graphic organizational structure complete with working titles for the project management team.

• Provide job descriptions and responsibilities and authority for each working title.

• Provide anticipated staff assignment and alternate for key positions by name and resumes.

• Identify all current office locations and the resident expertise intended to be provided under this project. Provide a description of 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.

• Demonstrate your firm’s capability to complete the described work in the time frame identified.

B. PROJECT DESIGN APPROACH

• Provide a strategic project approach based on the needs of this specific project.

• Include a discussion of your team’s approach in providing successful consulting services.

• Include a discussion of your team’s strengths with respect to designing pedestrian corridor projects, drainage design, experience with working with the City of Denver, cost estimating, schedule development, and quality control. Include specific examples (1-2 page excerpts) of actual products

• Demonstrate your firm’s capability to complete the described work in the time frame identified.

C. PRIOR EXPERIENCE/PERFORMANCE/REFERENCES

• Select your three (3) most relevant projects/programs and provide, at a minimum, the following:

o The project/contract name;

o Description of services provided;

o Overall value of consulting services for the project, as applicable, including initial contract value and change orders, including reasons for change orders;

o Organizational structure of service delivery under the contract (include the owner’s organization as it interfaced with the respondent’s contract);

o Key assigned in-house staff (name and title);

o Subcontracts (service) used in the performance of the contract;

o Schedule history;

• References

o Provide a list of previous experience relevant to this project with owner and/or architect/engineer references for each.

o AHEC may at its discretion contact references and/or conduct independent performance analysis on projects on which the firm has worked.

o All references submitted shall be current for projects listed.

o Provide Owner and Architect references. References will be considered current if the party’s name, current position/title, and position/title held at the time for which the recommendation is being sought are provided; telephone numbers must be current as of the date of submittal.

III. SELECTION PROCESS

The selection of an architect/engineer/consultant will be conducted in accordance with the Colorado Revised Statutes, 24-30-1401 et. seq. The process will involve two stages: submittals will be screened and scored. A limited number of firms will be short listed and invited to participate in oral interviews. AHEC will attempt to negotiate a contract with the highest ranked firm following the interview segment.

A. INQUIRIES

Inquiries regarding this process, the submission of general or specific information, including the need for any information from AHEC staff, and any and all other questions shall be submitted, in writing, to Bruce Burgess, Assistant Director, Procurement and Distribution Services for AHEC. Fax and e-mail formats for inquiries are acceptable (e-mail is preferred). Include “Auraria Campus 10th Street Ped Corridor ADA Improvements Design and CA Services RFQ” as the subject line of your inquiry. Inquiries shall be directed to:

Bruce Burgess

Assistant Director, Procurement and Distribution Services

Phone:  303.556.4295

Fax:  303.556.2093

E-mail: bruce.burgess@ahec.edu

A MANDATORY walkthrough will be held on Thursday June 20, 2013 at 10:00 am in the facilities management offices, 1156 7th St., Denver, CO 80204

The deadline for written inquiries is (June 24, 2013) at 5:00 PM Mountain Time. Answers to inquiries will be posted on the Bid Information and Distribution System (BIDS) and sent to firms on or about (June 20, 2013).

B. SUBMITTALS

In order to facilitate review, one (1) original, one (1) electronic, and five (5) copies of submittals must be provided. Submittals must be received at:

Bruce Burgess

Assistant Director, Procurement and Distribution Services

Auraria Higher Education Center

Administration Building 3rd Floor

Physical Address:

1201 5th Street,

Denver, CO 80217

Mailing Address:

Campus Box K

PO Box 173361

Denver, CO 80217-3361

Physical Address is to be used for hand delivery, FEDEX, or similar delivery services. Mailing Address is for US Mail Service only.

Deadline for receipt (whether mailed or hand delivered) is: (July 8, 2013) at 3:00 PM Mountain Time.

Late submittals will be rejected without consideration. AHEC and the State of Colorado assume no responsibility for costs related to the preparation of submittals.

C. EVALUATION CRITERIA

1. SCREENING PANEL/SHORT LIST:

Submittals will be evaluated by a panel of individuals selected in accordance with state policies. The panel will review and score the submittals. Firms ranked the highest will be invited to an oral interview. It is anticipated no fewer than three (3) or no more than five (5) will be interviewed.

2. ORAL INTERVIEWS:

It is anticipated that oral interviews will be conducted during the week of (July 15, 2013). Interviews will be conducted on the Auraria Campus at a location to be named later. The time for interviews is to be determined. Key personnel from the firm and major consultants who will be directly involved with the project should attend the interview. The interview panel will, in particular, be interested in knowing about the project approach proposed and in meeting the individuals who will act as the primary contacts with the AHEC.

3. SCHEDULE:

Following is the anticipated detailed schedule of events for the RFQ process:

o Advertisement: June 11, 2013

o RFQ Document Available: June 11, 2013

o Mandatory walk Through June 20, 2013 10:00 am

o Date Fax/E-mail Questions Due: June 24, 2013

o Date Answers Due to all Firms: June 20, 2013

o RFQ Submittal Due: July 8, 2013 at 3:00 pm MDT

o Interview List Released: July 19, 2013

o Oral Interviews (as scheduled): Week of July 29, 2013

o Negotiation of Contract: Week of Aug 5, 2013

o Contract Approval (projected): Week of 19, 2013

o Anticipated Start: Week of August 26, 2013

D. PROPOSAL EVALUATION AND CONTRACT AWARD

Firms will be evaluated by a Selection Committee and once a consensus selection is made the selected firm will be requested to provide a cost proposal for the services outlined in this RFQ. If the cost for services is mutually agreeable to all parties a contract will be developed and awarded.

Appendix A

ARCHITECT/ENGINEER/CONSULTANT CONTRACT

(STANDARD OR CM/GC FORMAT)



APPENDIX B

CERTIFICATION AND AFFIDAVIT REGARDING UNAUTHORIZED IMMIGRANTS



APPENDIX C

ACKNOWLEDGEMENT AND ATTESTATION FORM

By responding to these guidelines, the respondent(s) certify that he/she has reviewed the Agreement and its Exhibits contained herein, and is familiar with their terms and conditions and finds them expressly workable without change or modification.

I certify and declare that the foregoing is true and correct.

Subscribed on ________________________ at _________________________,

Date City

____________________________, State of ____________________________,

County State

________________________________ ____________________

Applicant or Corporate Officer Signature Date

________________________________ _____________________

Witness Date

NOTE: Use full corporate name and affix corporate seal (if available).

(Seal)

`

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download