HEB Bioresearch Lab

expired opportunity(Expired)
From: Ohio Facilities Construction Commission(State)
5003-23-1915

Basic Details

started - 24 May, 2023 (11 months ago)

Start Date

24 May, 2023 (11 months ago)
due - 09 Jun, 2023 (11 months ago)

Due Date

09 Jun, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
5003-23-1915

Identifier

5003-23-1915
The University of Toledo

Customer / Agency

The University of Toledo
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Qualifications (Architect/ Engineer) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name HEB Bioresearch Lab Project Location HEB / Health Science Campus City / County _T_o _le_d _o _/ _ L_ u_c _as _ _ _ _ _ _ _ _ _ _ _ Owner The University of Toledo Delivery Method General Contracting No. of paper copies requested (stapled, not bound) 0 Response Deadline June 09, 2023 2:00pm local time Project Number _50_ 0_ 3_ - _23_ -_1 _9 _15 _ _ _ _ _ _ _ _ _ Project Manager _Ja_s _o _n _ T_ o_ t _h _________ _ Contracting Authority Local Higher Education Prevailing Wages _F _ed_ e_ r_a_l _ _ _ _ _ _ _ _ _ _ _ No. of electronic copies requested (PDF) Submit the Statements of Qualifications (Form F110-330) directly to Nicole Baden at nicole.baden@utoledo.edu. See Section J of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in
writing to Nicole Baden at nicole.baden@utoledo.edu with the project number included in the subject line (no phone calls please). Questions will be answered and posted to the Opportunities page on the OFCC website at http://ofcc.ohio.gov on a regular basis until one week before the response deadline. The name of the party submitting a question will not be included on the Q&A document. Project Overview A. Project Description The University of Toledo ("UToledo") is soliciting qualifications for professional ArchitecUEngineer ("A/E") Services for the renovation of the Department of Laboratory Animal Resources ("OLAR"), the Department of Medical Microbiology and Immunology ("MMI") biosafety level 3 ("BSL3"), and animal BSL3 ("ABSL3") laboratory in the basement of the Health Education Building ("HEB"). UToledo has been Congressionally delegated a National Institute of Standards and Technology (NIST) Extramural Construction Grant for this project. The UToledo Health Science Campus ("HSC") is home to the College of Medicine and Life Sciences ("COM LS"), College of Nursing, and College of Pharmacy and Pharmaceutical Sciences. The UToledo HSC HEB was originally built in 1975 and is a four-story building that serves multiple purposes for UToledo and COMLS. OLAR is housed in the HEB basement and is a centralized vivarium with animal housing and procedure spaces. Within OLAR, COMLS and MMI operate a BSL3 and ABSL3 laboratory, to work with highly infectious and dangerous pathogens. The UToledo BSL3/A-BSL3 has been in operation by MMI and continuously certified by the U.S. Centers for Disease Control and Prevention ("CDC") since 1999. UToledo and the COMLS have made a number of capital improvements, renovations, and improvements to both the HEB and OLAR over the last 48 years, including a 367 SF expansion of the BSL3/A-BSL3 in 2001 to add a new ABSL3 space and OLAR has purchased over $330k in new animal racks over the past 7 years. However, two major limitations exist: [1] The current BSL3/A-BSL3 is too small to recruit new faculty or to accommodate additional research projects. [2] OLAR needs to renovate existing spaces to be more efficient, provide additional housing and procedure rooms, and create isolated rooms for specialized research needs (e.g., microbiome research). A summary of the scope of work includes: [1] Expand the UToledo BSL3/A-BSL3 facility into adjacent OLAR space, creating 3 new biocontainment suites for Tier 1 Select Agent BSL3/A-BSL3 research, more than doubling the size of the current BSL3/A-BSL3 facility (1480 SF of new BSL3/A-BSL3 space). This new Tier 1 Select Agent space will contain its own pass-through autoclave (enhances biosafety by providing a backup to the existing BSL3/A-BSL3 pass-through autoclave), decontamination chamber (for chemical disinfection of contaminated equipment), and shared equipment spaces. [2] Renovate the existing BSL3/A-BSL3 space (2 rooms; 1099 SF) and associated entry/exit (2 rooms; 115 SF) into 3 new biocontainment suites for non-Select Agent research and create a new shared entry/exit space for both Select Agent and non-Select Agent BSL3/A-BSL3 spaces with gowning, de-gowning, and decontamination shower areas. In addition to the 3 new suites, the non-Select Agent BSL3/A-BSL3 will contain a pass-through autoclave (will relocate the existing BSL3/ABSL3 autoclave) and shared equipment spaces. [3] Remodel 21 existing OLAR rooms, unused/redundant hallways, and underutilized spaces (14,350 GSF) into new multi-purpose rooms for either animal procedures and/or animal housing, including the creation of a new isolation suite that could be used for germ-free/microbiome studies. Preliminary Program of Requirements (POR), budgeting, and schematic design have been completed as part of the NIST grant application. This information will be provided to the short-listed firms prior to interview and selection. Selected A/E will begin with a brief POR/Schematic Design Verification/Review and then move directly into Design Development. Construction will be a phased approach with a duration of approximately 12 months. F110-02-2022-MAR Publish Date: 5/24/2023 Page 1 of 5 Request for Qualifications (Architect/ Engineer) continued As this is a renovation to an existing UToledo building, the design will need to closely follow University standards and design guidelines. B. Scope of Services C. The selected A/E, as a portion of its required Scope of Services and prior to submitting its proposals, will discuss and clarify with the Owner and/or the Contracting Authority, the cost breakdown of the ArchitecUEngineer Agreement detailed cost components to address the Owner's project requirements. Participate in the Encouraging Diversity, Growth& Equity (EDGE) Program and UToledo's Supplier Diversity Program as required by statute and the Agreement. As required by the Agreement, and as properly authorized, provide the following categories of services: Brief Program Verification and Schematic Design Review, Design Development, Construction Document Preparation, Bid and Award Support, Conformed Documents, Construction Administration, Post-Construction, and Additional Services of all types. UToledo will independently purchase loose furniture and equipment. The selected A/E will be responsible for the interior design, including selection of interior finishes. UToledo's interior designer may provide selection assistance and approval only. Refer to the Ohio Facilities Construction Manual for additional information about the type and extent of services required for each. A copy of the standard Agreement can be obtained at the OFCC website at https://ofcc.ohio.gov. During the construction period, provide not less than§ hours (excluding travel time) on-site construction administration services each week, including (1) attendance at progress meetings, (2) a written field report of each site visit, (3) on-site representation comprised of the A/E and its consultant staff involved in the primary design of the project, all having relevant and appropriate types of construction administration experience. For purposes of completing the Relevant Project Experience Matrix in Section F of the Statement of Qualifications (Form F110-330), below is a list of relevant scope of work requirements for this RFQ: 1. New Construction/Renovations of OLAR spaces 2. New Construction/Renovations of BSL3 and ABSL3 spaces 3. Design of buildings or building additions in a University Campus setting 4. Design of building systems on renovation projects, including modifications to existing infrastructure/systems 5. Renovations within occupied facilities, while maintaining adjacent areas of operation (primary focus on OLAR spaces) 6. Previous experience managing renovations with tight design and construction schedules 7. Previous experience working with identified sub-consultants 8. Previous experience working with UToledo 9. Previous experience working with the State of Ohio Estimated Budget I Funding D. Anticipated Schedule State Funding: $0 Professional Services Start: 08 I 23 Other Funding: $6,831,000 Construction Notice to Proceed: 06 I 24 Construction Cost: $5,150,000 Substantial Completion of all Work: 06 I 25 Total Project Cost: $6,831,000 Professional Services Completed: 08 I 25 E. Estimated Basic Fee Range (see note below) F. EDGE Participation I Supplier Diversity Goal 8% to 9% Percent of initial Total A/E Fee: So/o EDGE plus additional 10% EDGE or Diverse Supplier NOTE: Basic Services include: (1) Program Verification, (2) Schematic Design, (3) Design Development, (4) Construction Documents, (5) Bidding and Award OR GMP Proposal and Amendment (as applicable), (6) Construction Administration, and (7) Closeout services. The Basic Fee includes all professional design services and consultant services necessary for proper completion of the Basic Services, including validation of existing conditions (but not subsurface or hidden conditions) and preparation of cost estimates and design schedules for the project. The Estimated Basic Fee Range is calculated as a percentage of the Estimated Budget for Construction Cost above, including the Owner's contingency. The Basic Fee excludes any Additional Services required for the project. G. Basic Service Providers Required (see note below) Lead A/E Discipline: _A _rc_h_it _e _c_tu_r _e __________ _ Secondary H. Additional Service Providers Required F110-02-2022-MAR Publish Date: 5/24/2023 Page 2 of 5 Request for Qualifications (Architect/ Engineer) continued Disciplines: Mechanical-Electrical-Plumbing Eng. Fire Protection Engineering Technology/Communic./Security Interiors NOTE: The lead NE shall be (1) an architect registered pursuant to ORC Chapter 4703, (2) a landscape architect registered pursuant to ORC Chapter 4703, or a (3) professional engineer or (4) professional surveyor licensed pursuant to ORC Chapter 4733. I. Evaluation Criteria for Selection • Demonstrated ability to meet Owner's programmed project vision, scope, budget, and schedule on previous projects. • Previous experience compatible with the proposed project (e.g., type, size). • Relevant past work of prospective firm's proposed consultants. • Past performance of prospective firm and its proposed consultants. • Qualifications and experience of individuals directly involved with the project. • Proposer's previous experience (numbers of projects, sizes of projects) when working with its proposed consultants. • Specification writing credentials and experience. • Experience and capabilities of creating or using Critical Path Method (CPM) schedules and of using CPM schedules as a project management resource. • Approach to and success of using partnering and Alternative Dispute Resolution. • Proximity of prospective firms to the project site. • Proposer's apparent resources and capacity to meet the needs of this project. • The selected A/E and all its consultants must have the capability to use the Internet within their normal business location(s) during normal business hours. Interested A/E firms are required to address how they will implement Building Information Modeling ("BIM") on the project, experience and level of training of staff related to BIM, incorporation of team partners that have previous BIM experience, and an understanding of collaborative BIM processes, including but not limited to the State of Ohio BIM Protocol available at the OFCC website at https://ofcc.ohio.gov. Interested A/E firms are required to submit the Commitment to Participate in the EDGE Business Assistance Program form in its Statement of Qualifications (Form F110-330) submitted in response to the RFQ, to indicate its intent to contract with and use EDGE-certified Business Enterprise(s), as a part of the A/E's team. The Intent to Contract and to Perform and / or waiver request letter and Demonstration of Good Faith Effort form(s) with complete documentation must be attached to the A/E's Technical Proposal. Both forms can be accessed via the OFCC website at https://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. If the A/E firm intends to receive points for exceeding the EDGE Participation Goal, it must provide BOTH a completed Commitment to Participate form AND a completed Statement of Intent to Contract and to Perform forms signed by both parties with its Statement of Qualifications. NOTE: For capital construction projects at the University of Toledo, the EDGE Participation / Supplier Diversity Goal of the project is 15%. To meet EDGE Participation/Supplier Diversity Goal for this project, A/E's are required to provide not less than 5% of the contract sum with EDGE-certified business(es) AND additional 10% EDGE-certified OR Diverse Supplier vendors including MBE, WBE, VBE, BSVI, SDVOB, and LGBTBE. Please see the Facilities & Construction Supplier Diversity standard operating procedure website at https://www.utoledo.edu/facilities. For all Statements of Qualifications, please identify the EDGE-certified Business Enterprises and Diverse Supplier Entities by name, which will participate in the delivery of the proposed professional services solicited in the RFQ. Interested A/E firms must indicate on their Statement of Qualifications, the locations where their services will be performed in the spaces provided or by attachment in accordance with the requirements of Executive Order 2019-12D related to providing services only within the United States and the requirements of Executive Order 2022-02D prohibiting F110-02-2022-MAR Publish Date: 5/24/2023 Page 3 of 5 Architect/ Engineer Selection Rating Form State of Ohio Standard Forms and Documents Project Name HEB Bioresearch Lab Proposer Firm City, State, Zip Project Number _5_0 _03_ - _2 _3-_1_9_1 _5 ____________ _ Selection Criteria 1. Primary Firm Location, Workload and Size (Maximum 10 points) Less than 150 miles a. Proximity of firm to project site 150 miles to 300 miles More than 300 miles b. Amount of fees awarded by Contracting Authority in Less than $200,000 $200,000 to $1,000,000 previous 24 months More than $1,000,000 Less than 5 professionals c. Number of licensed professionals 5 to 10 professionals More than 10 professionals 2. Primary Firm Qualifications (Maximum 30 points) a. Project management lead Experience/ ability of project manager to manaqe scope I budqet /schedule/ quality b. Project design lead Experience / creativity of project designer to achieve owner's vision and requirements Technical staff Experience/ ability of technical staff to create C. fully coordinated construction documents d. Construction administration staff Experience/ ability of field representative to identify and solve issues durinq construction 3. Key Consultant Qualifications (Maximum 20 points) a. Key discipline leads Experience/ ability of key consultants to perform effectivelv and collaborativelv One point for every 2 percent increase in b. Proposed EDGE-certified Consultant participation* professional services over the EDGE participation goal 4. Overall Team Qualifications (Maximum 10 points) Less than 3 sample proiects a. Previous team collaboration 3 to 6 sample proiects More than 6 sample projects b. LEED** Registered / Certified project experience Reqistered LEED v4.0 or v4.1 projects Certified LEED v4.0 or v4.1 projects SIM project experience Traininq and knowledqe C. Direct project experience d. Team organization Clarity of responsibility/ communication demonstrated by table of orqanization 5. Overall Team Experience (Maximum 30 points) a. Previous team performance Past performance as indicated by evaluations and letters of reference Less than 4 projects b. Experience with similar projects/ delivery methods 4 to 7 projects More than 7 proiects C. Budget and schedule management Performance in completing projects within oriqinal construction budqet and schedule Less than 3 projects d. Knowledge of Ohio Capital Improvements process 3 to 6 projects More than 6 proiects * Must be comprised of professional design services consulting firms and NOT the lead firm -For more information on scoring this and other criteria refer to Document F19 9-01 - PS Selection Rating Rubric. ** Leadership in Energy & Environmental Design administered by Green Business Certification Inc. Notes: Evaluator: Name Signature F110-02-2022-MAR Publish Date: 5/24/2023 Value Score 5 2 0 2 1 0 1 Max 2 =3 3 0 -10 0 -10 0-5 Max = 20 0-5 0 -15 0-5 1 Max 2 =3 3 1 Max 2 =2 1 Max 3 =3 0-2 0 -10 0-3 4-6 7 -10 0-5 0 -1 2-3 4-5 Subtotal Date Page 5 of 5

30 W. Spring Street., 4th Floor Columbus, Ohio 43215Location

Address: 30 W. Spring Street., 4th Floor Columbus, Ohio 43215

Country : United StatesState : Ohio