STATE OF COLORADO

STATE BUILDINGS PROGRAMS

REQUEST FOR QUALIFICATIONS/PROPOSALS

FOR ANINTEGRATED PROJECT DELIVERY METHOD UTILIZING

DESIGN/BUILD SERVICES

University of Colorado Colorado Springs

William J. Hybl

Sports Medicine and Performance Center

(aka Health and Wellness II)

Project Number: 17-006

Distribution Date: June 23, 2017

REQUEST FOR QUALIFICATIONS/ PROPOSALS FOR

DESIGN/BUILD SERVICES

TABLE OF CONTENTS

I.GENERAL INFORMATION...... 4

A.Introduction / Description of Project

B.Intent

C.Statement of Work

II.GUIDELINES FOR SUBMITTALS...... 9

A.Schedule

B.Clarifications

C.General Information

D.Pre-Qualification Submittals

III.SELECTION PROCESS...... 12

A.Short List

B.Oral Interview

C.Cost Proposals

D.Method of Selection and Award

IV.EVALUATION CRITERIA...... 16

GENERAL QUALIFICATIONS

A. PREQUALIFICATION SUBMITTAL

1. Resources of Team

2. Project Management Approach

3. Prior Experience/Performance/References

4. Project Background/Success of Design-Build Team

5. Miscellaneous Considerations

B. ORAL INTERVIEW/COST PROPOSALS CRITERIA

1. Project Team Organization

2. D/B Philosophy and Approach of Team

3. Prior Experience/Performance/References

4. Problem Solving and Team Dynamics

5. Miscellaneous Considerations

C. COST PROPOSALS CRITERIA

V.D/BAGREEMENT INFORMATION ...... 25

VI.ACKNOWLEDGMENT AND ATTESTATION ...... 25

VII.COST PROPOSAL ...... 26

ACKNOWLEDGEMENT AND ATTESTATION FORMS 27-30

COST PROPOSAL FORM 30

APPENDICES: The following appendices are available at:

Appendix A: Preliminary Selection/Evaluation Form

Appendix A1: Oral InterviewEvaluation Form

Appendix B: UCCS - Campus w/ Project Site

Appendix C: Approved codes

Appendix D: Location of Mandatory Pre-Submittal Meeting

Appendix E: UCCS Program Plan

REQUEST FOR QUALIFICATIONS/ PROPOSALS

FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING

DESIGN / BUILD SERVICES

UNIVERSITY OF COLORADO COLORADO SPRINGS

WILLIAM J. HYBL SPORTS MEDICINE AND PERFORMANCE CENTER

  1. GENERAL INFORMATION
A.INTRODUCTION/DESCRIPTION OF PROJECT

UCCS intends to design and construct an approximately 104,000 GSF building to be located on North Nevada Avenue, south of Eagle Rock Road.

The project will include the building, associated parking lots, and site development.

The William J. Hybl Sports Medicine and Performance Center (Hybl Center) will be the first facility of its kind to integrate undergraduate and graduate education with clinical practice and research in a sports medicine and performance environment. This truly unique educational and clinical facility has the potential to become a leader in the study and application of sports medicine and science in the country, placing UCCS at the forefront of these fields.

The Hybl Center will provide arich resource to support academic programs for students. Clinical practices provided within the Hybl Center will serve as important clinical and internship sites for educating students in the health professions. Because of the integrated nature of the services provided within the Hybl Center, this initiative will provide significant opportunities for the development of inter-professional education, offering a unique, multidisciplinary approach to educating all levels of students.

The Hybl Center is being developed as a joint project between the University of Colorado Colorado Springs (“UCCS”) and Penrose St. Francis Centura Health (“Centura”).

The Hybl Center will foster collaborative and inter-professional research efforts among clinicians and faculty. Research activities will be translational and focus on developing advanced strategies for the training and treatment of high performing athletes, with an emphasis on impaired athletes. The integration of the clinical services and academic faculty provides opportunities for the implementation of new strategies across the spectrum of sports medicine care provided to the athletes.

Additionally, the clinicians based in the Hybl Center will serve as clinical and research professors in courses that are part of a pre-professional curriculum at UCCS, designed to prepare students to enter professional programs in sport and health-related fields. These clinicians will also lecture and teach in conjunction with UCCS faculty in specific health professional programs offered at UCCS.

UCCS plans to provide space for transformative education and research opportunities. The following are examples of the academic instruction and research programs that will be housed in the Hybl Center with a view towards co-locating programs that will benefit from the interaction of students, clinicians, and faculty. Instructional programs will include:

  1. B.S. Exercise Science Degree Program ( a joint degree between the Department of Biology and the Department of Health Sciences);
  2. MSc. Biology: Exercise Science Degree Program;
  3. Bachelor’s and Master’s Degrees in Sports Medicine: Strength and Conditioning Program;
  4. MSAT: Athletic Training Program;
  5. Doctor of Physical Therapy (DPT) Program;
  6. MSc. Sports Nutrition Program; and
  7. General Anatomy and Physiology Instruction.

Areas of research activities will include:

  1. Human Performance;
  2. Biomechanics and Motion Analysis;
  3. Environmental Stress;
  4. Motor Learning;
  5. Sports Nutrition;
  6. Cardiovascular Physiology;
  7. Muscle Physiology;
  8. Clinical Outcomes; and
  9. Body Composition and Bone Health.

In addition to the above listed services, the Hybl Center is required by the City for Champions (“C4C”) agreement to include three Centers of Distinction that will be supported by the facilities and services in the Hybl Center as well as by resources provided by UCCS and Centura outside the Hybl Center.

The following are the three Centers of Distinction:

  • Tactical and Occupational Performance
  • Athletes and Individuals with Disabilities
  • Environmental Health and Performance

The full program plan is available on our web site:

The Hybl Sports Medicine and Performance Center requires LEED certification at the GOLD level. This project has been pre-registered with USGBC under LEED version 3.

Site survey and soils investigations will be provided by Owner.

Both design and construction are required to adhere to UCCS Design Guidelines and UCCS Construction Standards. These standards may be found at: . The selected Design Build Entity (D/B) is required to provide all necessary design and construction services in accordance with State statutes and as indicated in the RFQ/P.

A sample copy of the D/B Agreement (SC-9.0) and General Conditions (SC-9.1) arepostedat :

Project Requirements (in addition to those noted above):

  • Project will be funded from two separate sources with separate Schedule of Values and Payment Applications:

Building Project Cost will be $61,425,000. The Fixed Limit of Design and Construction for the Building will be $48,986,000

Infrastructure and Parking Project Cost will be $3,530,000. The Fixed Limit of Design and Construction for the Infrastructure and Parking will be $3,226,000.

  • Include all functions as described in the UCCS Program Plan of June 2107 (See Appendix E)
  • Institutional quality construction consistent with UCCS Construction Standards
  • Investigate opportunities for space efficiencies
  • State Codes (See Appendix C)
  • Use industry standards and guidelines for items not identified in UCCS standards
  • ADA compliance mandatory
  • IT/AV design and installation
  • Fully fire sprinklered
  • Furniture, fixtures and equipment to be included
  • Design Review Board reviews per DRB requirements

B.INTENT

UCCS believes that an integrated design approach can greatly increase the chance of success in meeting design goals. Traditional design approaches to the construction of facilities have often been linear processes. Linear processes generate as the architect progresses from conceptual/schematic design to construction documents and contract administration while pulling in technical consultants along the way. Integrated design employs a multi-disciplinary approach where all project stakeholders are involved in the design process from start to finish on a collaborative basis. The process recognizes that non-inclusive and compartmentalized design decisions made unilaterally may have adverse impacts on achievingdesign goals.

The Design/Build method of project delivery has been selected in an attempt to contract with knowledgeable and creative teams who can help UCCS maximize the Owner Project Requirements within the stated fixed limit of construction cost. The Design Build Entity (D/B)will be responsible for maximizing operational access to all adjacent buildings, services,parking areas and roadways at all times during construction.

UCCS intends to select a Design Build Entity (D/B) who will design and construct the project as described within. The process to be used in the selection of a (D/B) is described in detail in Section III, SELECTION PROCESS. In summary, responses to the RFQ/P will be evaluated by a panel of individuals who will be involved in the project and/or understand the required services associated with Design/Build. 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 RFQ/P. 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 CostProposal given 30%.

As indicated, the UCCS will utilize Design/Build Services for construction of the project as described within.

Notice is hereby given to all interested parties that all firms will be required to meet minimum requirements to be considered for this project. To be considered as qualified, interested firms shall, as a minimum:

1.Tohave a licensed general contractor in Colorado on the team.

2.Provide Design / Build services and/or CM/GC services within the last five (5) years for at least two projects in excess of $50,000,000.00 construction cost, utilizing the expertise available through their Colorado office. Design/Build experience is preferred.

3.Demonstrate specific design and construction experience in institutional project types of similar scale and complexity.

4.Demonstrate a bonding capability up to $80,000,000 for an individual project coincidentally with current and anticipated workloads and provide letter from surety that affirms this capability.

6.Indicate design and construction experience with higher education, institutionalprojects of similar size, and projects which havemet an aggressive schedule.

C.STATEMENT OF WORK

The Design Build Entity (D/B) is expected to provide design and construction services generally consistent with those performed by the Design/Build construction community except as superseded by the State’s standard Design/BuildAgreement. The scope of services will include assistance to UCCS during the process of design, construction, and warranty period. Design Build Entity shall provide design services, including architectural, engineering and other design professional services as appropriate to meet the requirements of the Owner’s Program Plan and Construction Standards. Such design services shall be provided through qualified, licensed design professionals.

The Architect/Engineer’s services shall be provided in conjunction with the services of the Construction Manager/General Contractor, as set forth in the Contract between the State and the Design/Build Entity hereinafter referred to as the Design Build Contract.

It will be the responsibility of the design-build team to provide the necessary services/work which includes but are not limited to the following:

  1. Prepare a complete project design and provide all required services in accordance with the project plan, this RFQ/P, written owner technical requirements and all applicable codes and regulations.
  1. Provide all design and construction services to implement the goals of the project, including but not limited to architectural, civil, landscape, electrical, structural, mechanical design services and any specialty design consultants as required; construction services including scheduling, administration and management.
  1. The Construction Manager shall provide consultation throughout the Pre-Construction and Construction Phases including but not limited to the furnishing of cost estimating and all necessary Value Engineering services. The object of the Value Engineering is to achieve optimum value for each construction dollar spent while keeping the time of completion and cost of the Work within the time, quality and fiscal constraints set forth throughout the Contract Documents.
  1. Overseethe complete design and construction processes.
  1. Develop and update schedules.
  1. Coordinate/communicate the activities of the D/B teamthroughout the design and construction processes.
  1. Design and Build the project within the fixed limit of design and construction established by UCCS.
  1. GUIDELINE FOR SUBMITTALS

A.SCHEDULE

1.The overall schedule is as follows:

First Advertisement / 6/23/2017
RFQ/ RFP Document Release / 6/23/2017
Mandatory Pre-Submittal Meeting 12:30 pm / 7/6/2017
Written Requests for Clarifications Due by 4:00pm / 7/10/2017
Written Responses Issued by 5:00 pm / 7/14/2017
Submittals (Prequalification: Step I) Due by 4:00pm / 7/28/2017
Interview Short List Announced / 8/4/2107
Oral Interviews / Week of
8/21/2017
Selection Announced / 8/25/2017
Design Start / 9/4/2017
Substantial Completion / 12/31/2019

2. Electronic copies may be submitted to:

Email:

or; made available by delivery on CD or other electronic media.

Submittals shall be limited to 40 pages (exclusive of required forms).

Resumes may be included in an appendix and will not count towards the 40 page limit.

B.CLARIFICATIONS

  1. Owner initiated changes to this RFQ/P will be issued under numerically sequence addenda. 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.

  1. Respondent initiated requests for clarificationconcerning the project must be submitted in writing via e-mail to:

All questions submitted by each candidate and the answers will be made available by going to website:

C.GENERAL INFORMATION

1.All respondents accept the conditions of this RFQ/ RFP, including, but not limited to, the following:

  1. MANDATORY PRE-SUBMITTAL MEETING

To ensure sufficient information is available to firms preparing submittals, a mandatory pre-submittal meeting has been scheduled. The intent of this meeting is to tour the site and to have UCCSstaff available to discuss the project. Firms preparing submittals must attend and sign-in in order to have their submittals accepted.

Themandatory Pre-Submittal Meeting will be heldat:

University of Colorado Colorado Springs,

Lane Center. Room 120.

4863 North Nevada Ave ,

Colorado Springs, CO 80918.

(See Appendix D for location)

Submittals and Proposals from firms not attending this mandatory meeting will not be given further consideration.

b.All Submittals and Proposals shall become the property of UCCS and will not be returned.

c.Late Submittals and Proposals shall not be evaluated.

d.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.

e.UCCS reserves the right to reject any or all Submittals or Cost Proposals on the basis of being unresponsive to this RFQ/P or for failure to disclose requested information.UCCS reserves the right to accept or reject any and all proposals if it considers it in its interest to do so and to reject the proposals of any respondent who it considers to be unresponsive or not to be in a position to perform the Contract.

Respondents agree, by submitting a proposal, that their Qualifications or Cost Proposal may be rejected separately or in whole by the Committee at any time during the evaluation process. By submitting a proposal for this project, the respondent agrees to the evaluation process and further agrees not to object to or make any claim against the Agency/Owner based on the rejection of its Proposal or the results of the evaluation process.

f.UCCS shall not be liable for any costs incurred by respondents in the preparation of or presentation of submittals.

g.The respondent shall reviewthe RFQ/P and supporting documents, and by responding to the Cost Proposal, has agreed that the terms and conditions of sample Design/Build Agreement,(SC-9.0) and accompanying General Conditions (SC-9.1) as further described in VI, A through E, are expressly workable without reservation.

h.The respondent has reviewed the Project Requirementsas outlined in this RFQ/Pand other materials and by responding acknowledges the project program as the initial basis of design.

DPREQUALIFICATION SUBMITTALS (STEP I)

Respondent must comply with the following items, a through g. 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).

  1. Submit one (1) electronic (PDF) format.
  1. Submittals shall be formatted and tabbed in the exact form and numeric sequence of the Evaluation Form (1 through 5) in Appendix A. A two sided single page cover letter addressed to:Carolyn Fox, Executive Director, Planning, Design & Construction, outlining the firm(s) qualifications is required at the front of the submittal.
  1. Submittals shall be evaluated in accordance with criteria as indicated in SECTION IV, and ranked on the corresponding Evaluation Form in Appendix A.
  1. Response to all items shall be complete.
  1. All references shall be current and relevant.
  1. Complete and execute the appropriate Acknowledgment and Attestation Form as provided in Section VI and submit at the back of the Prequalification Submittal.

[END OF SECTION]

IIISELECTION PROCESS

A.SHORT LIST

  1. From the submittals received, a short list of qualified respondents shall be identified using the scoring indicated on the enclosed Evaluation Form, Appendix A.
  1. Firms failing to meet the minimum required qualifications will not receive further consideration.

B.ORAL INTERVIEW

  1. Oral interviews shall be conducted for the short listed firms. At the option ofUCCS, a visit to the short listed firm’s managing home office and/or representative field office may be required.
  1. The Oral Interview Panel shall rank respondents on a numeric scale using the criteria contained on Evaluation Form, Appendix A1.
  1. Qualificationsbased on submittals and interviews shall equal Seventy (70) percent of the firm’s final ranking.

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 interview 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).