EVALUATION/SELECTION PROCESS AND CRITERIA EVALUATION/SELECTION PROCESS
A. A Selection Committee comprised of UNM personnel and stakeholders will evaluate each responsive proposal offer on the basis of demonstrated competence and qualifications for the type of service required, and shall be based on the weighted evaluation criteria listed below. Final rankings will be based upon an average tabulation of all individual committee member rankings. Interviews may be conducted with the top Respondent(s) and may include service/product demonstrations. UNM reserves the right to contact references other than, or in addition to, those furnished by a Respondent. B. Basis of Award, per UNM A&E RFP Purchasing Regulation 6. Contracts solicited under the regulation are to be awarded to the responsible offeror whose proposal represents the best value and is in the University’s best interest. The evaluation committee shall prepare a selection recommendation report for the Chief Procurement Officer or his/her designee recommending, in order of preference, at least three firms that are considered to be the most highly qualified. All firms on the most highly qualified selection recommendation report are considered “selected firms” with which the Chief Procurement Office or his/ her designee may negotiate in accordance with the regulation C. The final award decision shall be made by the Chief Procurement Officer, or his/her designee. The selection authority will review the recommendations of the evaluation committee and shall, with the advice of appropriate technical and staff representatives, make the final selection from among the selected firms. If the firm selected for award is not the top-ranked selected firm recommended by the evaluation committee, the selection authority shall provide for the contract file a written explanation of the reason for the award preference. D. Note, the University of New Mexico reserves the right to conduct negotiations with the responsible Offeror(s) who submit a proposal found reasonably likely to be selected for award. The Selection Committee, after considering the following evaluation criteria below, will select the Offeror deemed to be in the best interest of the University to enter into negotiations.
EVALUATION/SELECTION CRITERIA
I. SPECIALIZED DESIGN AND TECHNICAL COMPETENCE
(25 Possible Points)
a. Describe your firm’s organization, including joint venture or other form of contractual association. Provide the name of the firm’s owner(s) and/or principal officer(s), and state the date of incorporation (or contractual association), current annual revenues, and number of employees. Provide the firm’s organizational chart. b. Provide a current resume for 1) the Architect(s) who will or may be assigned Responsible Charge, including NM professional licensure and registration number, 2) the project manager(s) who will be assigned to this project, and 3) each additional employee who will provide services under the proposed
agreement, including those required for LEED certification. Provide proof of registration for the registered professional architect(s). c. Provide a current resume for 1) all proposed sub-consultant surveyors, architects or engineers who will be contracted to provide or perform professional services under this project, including professional licensure and registration number and licensure for all proposed professional surveyors, architects and engineers, d. Provide a current resume for all specialized services that may be contracted out, including but not limited to recommendations for LEED commissioning agent, furniture consultants, etc. e. Provide qualifications for each Consultant or Sub-contractor the Offeror proposes to use for all consultant and subcontracted work.
II.
CAPACITY AND CAPABILITY
(25 Possible Points)
a. Describe your firm’s approach to providing and managing the required services as identified within this Request for Proposals. b. Provide information that demonstrates your firms’, and that of your firms’ proposed sub consultants, capacity and capability to perform work of the nature and scope of the RFP project. Detail your firm’s and that of your proposed sub-consultant’s ability, depth of knowledge, skills, experience and expertise as it relates to the services requested and required to be performed as described and outlined within this Request for Proposal. Discuss how your firm will coordinate or provide particular services which may not be available in house. c. Identify any specialized services you feel may be required to complete performance of the proposed projects and describe how your firm proposes to meet those identified needs. d. Describe techniques planned to assure that schedule milestones will be met. Review recent projects to demonstrate ability to meet project budget and schedule. e. Provide a summary of current work and statement regarding ability to assign adequate staff and resources to meet project schedules. f. Provide a proposed project timeline, broken down by labor category and level of effort to perform the services described within this RFP. The proposed timeline must identify all services to be performed; inclusive of all services proposed to be performed by any and all sub-consultants. g. Outline and completely describe your firms commitment and guarantee for the successful completion of the project. h. Describe the approach your firm will take to ensure that all specifications, drawings, bid, construction and design documents will be thorough, accurate and complete. How does your firm propose to address any deficiencies uncovered in the above documents? What commitment and guarantee will your firm extend to UNM and its contractors in this regard? i. State knowledge, experience and approach to designing facilities in accordance with U.S. Green Building Council’s LEED rating system and performance criteria if required. j. Describe the firm’s knowledge of, and experience with, life-cycle assessment and cost-of-ownership standards. Describe the firm’s particular approach to energy modeling for the proposed project and how it will contribute to UNM’s goal of carbon-neutrality. Identify critical long-term performance factors that
can be monitored over the course of the project’s first years of occupancy to verify its success in moving from a “modeled” facility to a “metered” facility. k. Describe the firm’s methods and techniques for tying project goals directly to specific design strategies and how their progress may be monitored. l. This response should show the Offeror’s ability to handle: •
The Depth and breadth of experience with Facilities similar in size and scope that demonstrate innovative solutions and quality engineering that maximize the use of available funding.
•
The Skills to deliver a wide range of solutions that have dealt with coordination of existing campus conditions with new construction.
•
The Experience of proposed team members, and their abilities and commitment to deliver the project economically and on schedule.
•
The Knowledge of emerging technology and planning for its potential impact on university facilities, including trends in sustainability.
•
The Thoughtful and efficient expenditure of fees.
•
The Experience with Accreditation, Specialty Facility, and Environment Requirements and ability to meet licensure requirements and reporting in an effective and efficient manner.
III. RECORD OF PERFORMANCE (25 Possible Points) a. Identify and provide your firm’s three (3) most recent project examples indicating your past record of performance on contracts with Educational or other Government Agencies or local public bodies within the State of New Mexico with respect to such factors as providing accurate Estimates of Probable Construction Costs, value engineering, cost control and avoidance, quality of work, and ability to meet schedules. b. Describe your firm’s quality assurance program regarding, but not limited to, design, code compliance, and coordination of work. Identify those regulatory agencies, governing bodies and utility providers requiring involvement in the permitting, review, approval, certification, etc. processes connected to the project described within this RFP. Provide a short narrative summation of the anticipated involvement for each organization identified. c. Present your firm’s three (3) most recently completed project examples that demonstrate your capabilities in relation to the proposed scope of work. For each case, describe the project and the work performed, detail what responsibilities you and your firm had in the project and provide the client’s and general contractor’s name, address, contact person name and a telephone number. Identify and provide a point of contact and phone number for all sub-consultants used on each of the projects. Note, references listed must be willing to provide information about your firm’s control of cost, quality of work, and ability to meet schedules. Do not list UNM as a reference. d. For each of the three (3) projects identified above, provide a project summary breakdown for each showing (a) final cost estimates compared to actual final construction costs; (b) number of change orders processed for each project providing (i) reason for each change, (ii) construction costs associated with each change order, (iii) actual average construction cost per square foot to construct each project, and (iv) amount of time extensions granted to contractor (provide a very brief reason/description for basis of granting each time extension). Has your firm or is your firm currently in any legal dispute, mediation or
arbitration hearings regarding dispute resolution with an owner or contractor? If yes, provide detailed information. e. For each of the three (3) projects identified above, describe your firm’s post-occupancy follow-through with respect to both programmatic/functional accommodation and maintenance/energy performance. IV: SCOPE OF SERVICES / WORK PLAN AND TIMELINE (5 Possible Points) Include a detailed description of the work steps and the timing associated with the planning/design services. Describe how the team typically involves user groups, senior management and other staff in the project planning, design and construction phases.
V. PROXIMITY TO OR FAMILIARITY WITH THE AREA
(5 Possible Points)
Describe your firm’s proximity to and/or familiarity with the project location. Describe any important site issues that could impact the project positively or negatively.
VI. NEW MEXICO BUSINESS (5 Possible Points) Describe the amount of design work that will be produced by a New Mexico business within this state.
VII. VOLUME OF WORK (5 Possible Points) State the volume of work previously done for UNM which is not 75% complete with respect to basic professional design services AT THE TIME THIS RFP IS DUE. Points will be determined as follows: Value of work not yet completed on projects that are not 75% Complete. Points will be allotted for this criteria as follows. None $ 1 to $ 25,000 25,001 to 50,000 50,001 to 75,000 75,001 to 100,000 100,000 or more IX. FEE PROPOSAL
5 4 3 2 1 0
(5 Possible Points)
Proposal of Fees include all fees to be charged under this agreement as follows: Offerors are required to submit a fee proposal to perform the professional design services, outlined and described within this Request for Proposal. This fee proposal is to include: 1) Basic Services – A “Not to Exceed” Fixed Fee with a break down by Labor category and man hours. 2) Listing of all Sub-Contractors and associated costs (broken down by labor category and man hours). 3) Project reimbursable expenses. 4) Identify any proposed “Additional Special Services” broken down by labor category and man hours.
Note, The University is exempt from Federal Excise Taxes and from New Mexico Gross Receipts Taxes on materials and tangible goods. Services are not exempt. Taxes on services should be included as a separate line item and not included in the base price offer. Applicable taxes will be excluded from the RFP evaluation. A non-taxable transaction certificate is available on the UNM Purchasing Department website: http://www.unm.edu/~purch/
IX PREFERENCES 1) Residential Preference: A five percent (5%) preference will be given to Registered New Mexico Residential Businesses. To claim the preference, a copy of the resident business certificate or contractor certificate must accompany the response to this RFP. The certificate may be obtained from the New Mexico Revenue and Taxation Department. It is to be included with the Fee Proposal. 2) Resident Veterans Preference: A ten percent (10%), eight percent (8%) or seven percent (7%) preference, as qualified, will be given to registered residential veterans. Points will be awarded based on Offerors ability to provide a copy of a current Resident Business Certificate or Resident Veterans Certificate.