Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

Similar documents
POWAY UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/PROPOSALS FOR ARCHITECTURAL SERVICES

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM

Submittal Guidelines RFQ# Master Site Plan

Solano Community College District REQUEST FOR QUALIFICATIONS & PROPOSAL (RFQP #16-018) AERONAUTICS AND WORKFORCE DEVELOPMENT BUILDING PROJECT

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

January 18, Request for Proposals. for

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications

SAN DIEGO CONVENTION CENTER CORPORATION

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

DESIGN CONSULTING SERVICES DESIGN FOR STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03 AUGUST 23, 2013

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

Request for Qualifications (RFQ) from Architectural/Engineering Firms

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute

Charlotte-Mecklenburg Schools. Request for Qualifications

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

PANAMA-BUENA VISTA UNION SCHOOL DISTRICT

UCR Campus Planning. Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PRE-QUALIFICATION. Fine Arts HVAC Upgrade and Interior Renovation SADDLEBACK COLLEGE CAMPUS SOCCCD PROJECT NO. 2041

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

ANNOUNCEMENT. This request for qualifications seeks the following type of service providers:

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

PHASE 1 STAFF FACILITIES LOCKER ROOM

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

PENNSYLVANIA TURNPIKE COMMISSION

CLOVIS UNIFIED SCHOOL DISTRICT Herndon Avenue Clovis, CA RFQ 2747 Request for Qualifications For Construction Management Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

Independent Certified Public Accountant Audit of Financial Records and Preparation of Report to State Controller

Request For Qualifications Construction Management at Risk

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

Telemetry Upgrade Project: Phase-3

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

Request for Proposals Electrical Engineer Services. Marin County Office of Education. December 12th, 2018

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

All equipment will be assembled and installed by the Supplier and or Contractor.

REQUEST FOR QUALIFICATIONS

Request for Proposal

REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) # Request for Proposal must be received no later than December 5, 2014 at 2:00 PM

REQUEST FOR QUALIFICATIONS

Request for Qualifications. B Construction Management at Risk Services

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

construction plans must be approved for construction by the City PBZ department.

Botetourt County Public Schools

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

Request for Proposal

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR QUALIFICATIONS For Architectural Services Office Tenant Improvements

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H MJ Feb. 9, 2016

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Submit proposals electronically to:

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

REQUEST FOR QUALIFICATIONS DEADLINE: OCTOBER 19, :00 PM PT

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

Request for Qualifications For Plan Review and Inspection Consulting Services

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR QUALIFICATIONS & REQUEST FOR PROPOSAL RFQ/P # DSA PROJECT INSPECTION SERVICES

REQUEST FOR PROPOSAL Compensation Consulting

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

Request for Qualifications

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Notice of Request for Proposals

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

WEST VALLEY SANITATION DISTRICT

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

REQUEST FOR PROPOSALS

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET)

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FROM DESIGN-BUILD ENTITIES ADVANCED TECHNOLOGY AND APPLIED SCIENCE (ATAS) BUILDING PROJECT SADDLEBACK COLLEGE

Transcription:

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms RFQ Due Date: May 3, 2019 @ 2:00 p.m. Mr. Alonso Casas, Project Manager Building 10, Room #16 Imperial Community College District 380 Aten Road Imperial, CA 92251

NOTICE TO RESPONDENTS NOTICE IS HEREBY GIVEN that Imperial Valley Community College District, acting by and through its Governing Board, hereinafter referred to as the DISTRICT, will receive up to, but not later than 2:00 p.m. on May 3, 2019, sealed proposals for the award of the following contract: IMPERIAL VALLEY COMMUNITY COLLEGE DISTRICT Request for Qualifications Architectural/Engineering Firms Such proposals shall be received at the location specified below: Alonso Casas, Project Manager Building 10, Room #16 Imperial Community College District 380 E. Aten Road Imperial, CA 92251 Each proposal must conform and be responsive to this Notice and all other documents comprising the pertinent Request for Qualifications Documents. Copies of the Request for Qualifications Documents are now available at the District s website at https://www.imperial.edu/about/request-for-proposals/, or may be obtained at the college Administrative Services Office in Building 10, Room #16. The District reserves the right to reject any or all proposals, to accept or reject any one or more items of a proposal, or to waive any irregularities or informalities in the proposals or in the process. No proposal may be withdrawn for a period of sixty (60) days after the due date. Imperial Valley Community College District does not discriminate with regard to race, religious creed, marital status, age, color, sex, national origin, mental or physical disability in the award of contracts. Imperial Valley Community College District encourages responses from minority, small business, disadvantaged business, disabled veteran, and women contractors, consultants and suppliers. Advertising dates: April 11, 2019 and April 18, 2019 Page 2 of 16

1. INTRODUCTION The Imperial Community College District is seeking to develop a pool of qualified Architectural/Engineering firms to perform the necessary professional services for the programming, schematic design, design development, construction document production, bidding phase services and construction administration for various upcoming new construction and renovation projects at the Imperial Valley Campus. Firms must demonstrate the requisite experience and expertise in providing services for similar programs as well as the expertise in working with program management, district staff, and various student and faculty user groups. 2. BACKGROUND In November 2010, voters of Imperial County passed Measure J to issue $80 million in General Obligation bonds. The overall program calls for construction of new facilities, renovation of existing facilities and deferred maintenance projects. The program is expected to last approximately five years and is dependent upon the pace at which bond dollars can be accessed. Future State funding may also be available to augment Measure J and increase the overall bond program. Some of the projects that will be constructed, modernized or repaired include, but are not limited to the following: o Academic Buildings 200, 300 & 800 o Gym Building 700 o Nursing Building Modernization o DSPS Modular o HVAC Buildings 10, 100, 600 o College Center Building 600 o Book Store o Auto Body Facility Buildings 1100, 1200, 1300 o Water Treatment Plant Page 3 of 16

4. PROPOSAL CONTENTS a. Cover Letter (Limit 1 page) A cover letter is to be signed by an authorized officer of the firm. b. Table of Contents (Limit 1 page) c. Identification of the Respondent (Limit 1 page) 1. Legal name and address of the company. 2. Legal form of the company (individual, corporation, partnership, joint venture, etc.) 3. If the company is a subsidiary of a parent company identify the parent company. 4. If the company is a Joint Venture identifies all firms in association. 5. Name, title, address, phone number, facsimile number, and e-mail address of the person(s) to contact regarding the RFQ. 6. California Business License Number. 7. Tax Identification Number. 8. Place of business where work will be prepared. 9. The number of years the firm has been in business. d. Staffing Resources and Key Personnel (Limit 5 pages including resumes) 1. Provide total number of professional staff employed by the firm(s). 2. Provide total number of support staff employed by the firm(s). 3. Provide number of staff located in San Diego and Imperial Counties. 4. Identify key personnel who would be assigned specific responsibility for working with the District and Project Team. 5. Provide resumes of key personnel that may be working directly with the District and Project Team. 6. Provide a summary of the reasons why the key personnel are qualified to work with the ICCD. Provide, in this summary or in the resumes, detailed descriptions of the work experience of each key person listed as related to Colleges/Universities, Schools and/or Public Agencies in California. 7. Provide any additional information that you believe may be relevant to the submittal of this RFQ. Page 4 of 16

e. Experience (Limit 10 pages) 1. The Respondent shall provide examples of experience skills that will meet the District s design needs. 2. Provide specific experience with design of new and renovated buildings. 3. The Respondent shall demonstrate a minimum five (5) years experience in performing professional services for Colleges/Universities, Schools and/or Public Agencies in California. 4. The Respondent shall provide any information regarding their experience and projects providing services related to a facility funded through the California Community College Chancellor s Office (CCCCO). Identify the project and provide the name of the CCCCO specialist. 5. Provide a brief description of the firm s experience in working with the Department of the State Architect (DSA). 6. Provide a brief description of the firm s experience in preparing Initial Project Proposals (IPPs) and Final Project Proposals (FPPs) for review and approval on state funded projects, if applicable. Provide a list of projects where the firm has provided said services and references. 7. Provide a list of projects (within the last five years) and describe experience with various construction delivery methods including CM at Risk, Lease-Lease Back, CM-Multi-Prime and Design Build; please include the names of CMs and Builders. List the key personnel in the firm associated with these projects. Please list the contact person and agency with whom your firm reported to and contact information 8. Information that is obtained regarding any of the above may, at the sole discretion of the District, may be deemed to indicate an unsatisfactory record of performance. f. Technical Competence (Limit 5 pages) 1. Provide a description of the in-house resources used to perform professional services (i.e. computer capabilities, software utilization, printing/copying hardware, internet and e-mail usage, etc.) 2. Provide information regarding use of Revit and/or Building Information Modeling (BIM), listing your experience as well as the experience of your consultants using these tools. 3. Provide a brief statement regarding the firm s ability to utilize multi-disciplinary staff to address the services requested in this RFQ. 4. Provide a statement of qualifications and/or knowledge of sustainability design techniques that you have used on other projects, including experience in designing LEED accredited buildings and associated results. Page 5 of 16

5. Demonstrate your ability to design within project budget and demonstrated accuracy of cost estimates. 6. Demonstrate value engineering concepts utilized in design and how your designs have reduced construction costs. 7. Please describe your life cycle costing and maintenance durability analysis experience. 8. Demonstrate thoroughness by firm in checking plans for errors and omissions/constructability reviews for design development and final construction drawings. 9. Describe how your firm keeps the District informed as to progress of work both during design and construction phases, including necessary changes during construction. Describe other means of effective communication between your firm and the district. 10. Describe how the firm s designs reduced District short-term and long-term maintenance costs? g. Insurance (Limit 1 page, not including supporting documentation): 1. The Respondent shall provide proof of Commercial General Liability Insurance providing one million dollars ($1,000,000) for bodily injury, personal injury and property damage per occurrence and two million dollars ($2,000,000) aggregate. The General Liability insurance shall have and A.M. Best rating of no less than A:VII. 2. The Respondent shall provide proof of Automobile Liability Insurance providing one million dollars ($1,000,000) for bodily injury, personal injury and property damage per each accident. Automobile Liability Insurance shall cover all owned, non-owned and hired vehicles. 3. The Respondent shall provide proof of Workers Compensation Insurance, covering all employees in the amount of at least one million ($1,000,000) per accident for bodily injury and disease. 4. Professional Liability Insurance (Errors and Omissions): The Respondent shall provide proof of professional liability insurance in the amount of at least two million ($2,000,000) per claim and two million dollars ($2,000,000) aggregate. 5. All insurance shall be in a form and with insurance companies acceptable to the District, and licensed by the California Department of Insurance. 6. Insurance carriers shall be qualified to do business in California and maintain an agent for process within the state. 7. The insurance policies (other than Worker s Compensation) shall include provisions for waiver of subrogation. Page 6 of 16

h. Litigation (Limit 1 page) The Respondent shall provide the litigation history for any claims filed by your firm or against your firm related to Architectural services, including all project delivery methods, projects in the last five (5) years. i. Other Information Please identify in detail any of the following (if applicable): 1. If the firm has failed to enter into any contract or professional services agreement, once selected; 2. If the firm has been terminated or failed to complete any contract; 3. If the firm has suffered debarment by any municipal, county, state, federal or local agency; 4. If the firm or any of its principals have been convicted of violating any federal or state law related to professional services performance; 5. If the firm or any of its principals have falsified information or submitted deceptive or fraudulent statements in connection with a contract; j. Attachments (Exhibit A-E, Limit 5 pages) 5. SUBMITTAL REQUIREMENTS a. Questions: All questions, interpretation or clarifications, either administrative or technical must be requested in writing via email and directed to: Name: Alonso Casas Position: Project Manager Imperial Community College District Email: alonso.casas@imperial.edu b. General It is recommended that the Respondent submit the statement of qualifications in a format to allow the District to fully evaluate and compare the qualifications. All requirements and questions in the Page 7 of 16

RFQ should be addressed and all requested data should be supplied. Font size shall be limited to 10 pt minimum (except for captions on photos). Proposal shall be one-sided only. The RFQ shall be organized in the following order and clearly identified: (reference section 4) Cover Letter (1) Table of Contents (1) Identification of the Respondent (1) Staffing Resources and Key Personnel (5) Experience (10) Technical Competence (5) Insurance (1 plus supporting documents) Litigation (1) Other Information (0) Attachments (5) The limit for number of pages is 30 plus any supporting Insurance documents and other information. There is no limit on Other Information Section 4j. c. The RFQ shall be signed by an individual or individuals authorized to execute legal documents on behalf of the firm. d. Date, Time and Place of Submission The Request For Qualifications must be received no later than 2:00 PM on Friday, May 3, 2019 at the office of: Mr. Alonso Casas, Project Manager Building 10, Room #16 Imperial Community College District 380 Aten Road Imperial, CA 92251 (760) 355-6427 Submission of the Request of Qualifications by facsimile or e-mail is NOT acceptable. The Respondent is entirely responsible for the means of delivering the RFQ to the aforementioned office on time. Delays due to internal routing of misdirected RFQ or due to verbal directions given by District staff shall be the responsibility of the Respondent. The RFQ must be completed and delivered in sufficient time to avoid disqualification for lateness due to difficulties in delivery. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Page 8 of 16

e. Number of copies One (1) unbound, five (8) bound copies and a Thumb Drive of the Request For Qualifications shall be submitted to the contact person identified above. 6. SELECTION The successful firms will demonstrate through the RFQ that the firm has the professional capability and resources to be a full service Architect that can provide the planning, design and construction administration services and assist with bidding (various delivery methods be used), closeout and occupancy of the project, and work with state and local agencies where necessary. The selection scoring sheet is listed on Exhibit E and is generally based upon the following: a. Recent and diverse experience in school design for modernization, new construction, modular buildings, relocatable buildings and/or other college/university, school and/or public agency projects in California. Demonstrate experience related to the types of projects identified in the master plan. b. Ability of firm to meet short timelines with minimum plan errors or deficiencies. The demonstration of the firm s ability to get projects completed on time (timeliness of plans during design and administrative process during construction); firm s experience in design and construction scheduling. c. Demonstrated ability to design within project budget; demonstrated accuracy of cost estimates. d. Location of office and accessibility to project(s). e. Use of energy savings and value engineering in design; demonstration of how the firm s designs reduced construction costs. f. Life cycle costing and maintenance durability analysis experience. g. Current commitments and ability of firm to handle project(s). h. Change Order Policy: How does your firm handle the change order process both with the Construction Manager and/or General Contractor and DSA? What method do you utilize to determine the validity and cost responsibility of a change order? What is your firm s change order history for similar projects on a percentage basis? i. Level of computerization (BIM, etc.) in office, in the field and integration with consultants. Explain your use of technology in review and response to submittals, RFIs, change orders, asbuilts, etc. j. Thoroughness by firm in checking plans for errors and omissions/constructability reviews for design development and final construction drawings. Page 9 of 16

k. Satisfaction of previous clients in the firm s capacity and commitment to provide services to clients. l. Experience working with project planning committees consisting of District staff, faculty, students, community members, program managers, and construction managers. m. Experience in education technology systems including: data, public address systems, audio/visual systems and industry trends. Demonstrate how the firm s designs provided flexibility to meet changing technology needs without additional fees. n. Cost of services. Cost to be provided on Exhibit A and B attached to this RFQ. o. Project Architect s experience in successful and timely approval of firm s projects through DSA, State Fire Marshall, and local agencies. p. Project Architect s knowledge and ability to work with applicable state laws and regulations and experience in processing plans and documents with the state agencies (CDE, DSA, CCCCO, DTSC, etc.). q. Ability to assist District and District s funding consultants in preparation of state funding applications; including site development cost work sheets, and/or other cost estimates as required by the State. r. Communication - Ability to keep the District and program management informed as to progress of work both during design and construction phases, including necessary changes during construction. Describe other means of effective communication between your firm and the district. s. Quality Assurance: How does your firm assure that the highest quality of materials and construction techniques are being employed during various phases of construction? t. Post Construction Follow-Up: What is the firm s role upon completion of construction? How, on previous school construction projects, have you handled punch list items and ensured that items function properly? How will the firm assist the District in enforcement of contractor s guarantees and warranties? u. Maintenance Costs: how have your designs reduced district short-term and long-term maintenance costs? v. The firm s successful experience with the different delivery methods i.e. Construction Management/Multiple Prime Construction, Design Bid Build, etc. 7. DISTRICT CONTACT The District requests that no Respondent contact them in conjunction with this RFQ at any time. Any contact with a District staff member regarding this RFQ may be grounds for rejection of the RFQ. Page 10 of 16

8. SCHEDULE The District anticipates the following time line for the process of selecting Architects: 2019 Release of Request for Qualifications April 11 Last Day to Submit Questions for Clarification April 25 to alonso.casas@imperial.edu Clarifications issued on District s Website April 29 o (Must be issued by 4:30 p.m.) Deadline for Receipt of RFQ May 3 o (Must be submitted by 2:00 p.m.) Notice of Selected Firms May 10 **Response to Questions will be aggregated and posted on the District s website at https://www.imperial.edu/about/request-for-proposals/ ** Page 11 of 16

EXHIBIT A PROPOSED ARCHITECT FEE SCHEDULE CONTRACT AMOUNT NEW CONSTRUCTION PERCENTAGE RATE MODERNIZATION PERCENTAGE RATE First $500,000 Next $500,000 Next $1,000,000 Next $4,000,000 Next $4,000,000 Excess of $10,000,000 * IF THE ABOVE FEES ARE NOT PROPOSED TO BE APPLICABLE TO A VARIETY OF DELIVERY METHODS, PLEASE PROVIDE ADDITIONAL SCHEDULES Page 12 of 16

EXHIBIT B ADDITIONAL SERVICES ROSTER OF RATES POSITION HOURLY RATE Principal Architect Project Architect / Senior Associate Civil Engineering Coordinator Architect Senior Staff AutoCAD / Job Captain Interim Staff AutoCAD Assistant Staff AutoCAD / Drafting Clerical List additional below: Page 13 of 16

EXHIBIT C TO BE COMPLETED BY ALL CONSULTANTS Consultant Name: Identify those Businesses with which you intend to subconsultant; the work to be subconsulted, the percentage of work to be subconsulted and the type of subconsultant i.e. Small, Local, Emerging, Disabled Veteran or other/decline to state. Definition of these categories can be found on the accompanying form. A BUSINESS NAME B WORK SCOPE C PERCENTAGE D TYPE OF SUBCONSULTANT DUPLICATE THIS FORM AS NECESSARY Page 14 of 16

EXHIBIT D TO BE COMPLETED BY ALL CONSULTANTS AND SUBCONSULTANTS Consultant/Subconsultant Name: I declare under penalty of perjury that my business is (check all that apply): Small Business A Small Business is one whose gross sales are less than $1 million annually. Local Business A Business headquartered in San Diego County. Emerging Business An Emerging Business is one who has been business less than five years. I started my business on. Disabled Veteran-Owned Business A Disabled Veteran-Owned Business is one that has a current certification from a California public agency. Certification must be attached. Other Businesses A business, which does not meet any of the other definitions above, or for which the consultant or subconsultant declines to state its category. If it is determined that the information contained herein is not true and correct, it could potentially eliminate the Respondent from consideration for work on Imperial Community College District projects. Consultant/Subconsultant: Address: City, State, Zip Code: Phone Number: Fax Number: Name, Title: Signature: Page 15 of 16

EXHIBIT E SCORING SHEET CRITERIA FROM RFQ MAXIMUM POINTS Conformance to specified RFQ format 5 Demonstration of (and firm's sub-consultants) specific experience and skills with educational clients focused on Collegiate level projects with minimum of 5 years of experience and experience with State funding programs: Demonstration that the proposed staff for firm specifically has collegiate level experience: 10 Demonstration of firm's ability to design within project budget; demonstrated accuracy of cost estimates: 10 Change Order Policy: How does the firm handle the change order process both with the Construction Manager and/or General Contractor and DSA? What method does the firm utilize to determine the validity and cost responsibility of a change order? What is the firm s change order 5 history for similar projects on a percentage basis? Demonstrated experience in sustainable designs: 10 Demonstrated experience with life cycle cost analysis and understanding District's maintenance operating costs: 5 Demonstrated experience in successful and timely approval of firm s projects through DSA, State Fire Marshall, and local agencies: 5 Quality Assurance: How does your firm assure that the highest quality of materials and construction techniques are being employed during various phases of construction? 10 Demonstrated approach to value engineering: Demonstrated technical competence and use of in house technology for design, collaboration and construction administration: 10 Demonstration that firm satisfactorily completes project close out, DSA closeout, warranty support, etc.: 5 Demonstrated experience in working with various delivery methods; Lease-Lease back, CM Multi- Prime, CM/GC, Design Build (as owner rep), etc.: 5 Financial resources and stability of the principal consultant and/or a consultant team; years in business; ability to provide required insurance: 5 Firm and project team are local (San Diego and Imperial Counties) 5 Litigation history not satisfactorily explained (Deduct 0-10 points) (See section 4J) 0 TOTAL 100 10 Page 16 of 16