Central Campus HVAC Renovation

expired opportunity(Expired)
From: Ohio Facilities Construction Commission(State)
SOC-220002

Basic Details

started - 01 Dec, 2022 (16 months ago)

Start Date

01 Dec, 2022 (16 months ago)
due - 20 Jan, 2023 (15 months ago)

Due Date

20 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
SOC-220002

Identifier

SOC-220002
Southern State Community College

Customer / Agency

Southern State Community College
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 (Criteria Architect/Engineer) State of Ohio Standard Forms and Documents F110-53-2022-MAR Publish Date: 12/01/22 Page 1 of 5 Administration of Project: Local Higher Education Project Name Central Campus HVAC Renovation Response Deadline 01/20/2023 2:00 p.m. local time Project Location Southern State Community College Project Number SOC-220002 City / County Hillsboro / Highland Project Manager Brian Rice Owner Southern State Community College Contracting Authority Local Higher Education Delivery Method Design-Build Prevailing Wages State No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested (PDF) 1 Submit the requested number of Statements of Qualifications (Form F110-330) directly to Dawn Bell at dbell2@sscc.edu. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Dawn Bell at
href="mailto:dbell2@sscc.edu">dbell2@sscc.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 Southern State Community College's HVAC system is original to the building's construction in the early '80s. The system uses above-ceiling water source heat pumps (R22), a main cooling tower inside the building in a location with an open roof, and three boilers. The original controls (AET Systems) are still functional throughout portions of the building, while some areas / units are wired to a local thermostat. This renovation will require design considerations as part of a completely new system. Specific design work is anticipated to include raising the cooling tower, considering the removal of a smaller abandoned tower, and evaluating the current DOA units and capacities for ASRE compliance. Phase 1 The cooling tower, boilers, and building automation system (BAS) controls will need to be replaced in a first-phase approach. The cooling tower will be elevated to a height above the roofline to increase efficiency, requiring a platform to be constructed and requiring piping changes. Additionally, an underground piping loop routed outside the main building toward a smaller separate "annex" building also traverses a second smaller abandoned cooling tower maintaining a single pump to accommodate flow to the second building. Replacing or removing this second tower will need to be determined as part of this project. The piping around the abandoned tower and inside the annex building also needs evaluating for proper layout and function. Phase 2 A second phase will require the replacement of about 50 WSHP's, upgraded DOA units, and integration of these units with the newer controls. The selected design team will serve as Criteria Architect/Engineer (A/E) and shall have extensive experience in State of Ohio public Design Build (DB) projects. Criteria A/E shall be familiar with all methods and procedures for executing Ohio public DB projects and will provide scope documents as required to proceed with next-step RFQ process in identifying potential DB contractors. The Criteria A/E may be asked to provide construction administration of project on Owner’s behalf and shall have experience related to HVAC and mechanical retrofit construction. Important elements in the selection process will be experience in ensuring protection of building interiors and surrounding campus property. The firms must have experience in the complete design and monitoring of the work to be performed, to ensure work meets all codes and requirements, and to ensure subsequent warranties. Selected Criteria A/E will work with the owner and ZH Commissioning Services while performing the work. mailto:dbell2@sscc.edu mailto:dbell2@sscc.edu http://ofcc.ohio.gov/ Request for Qualifications (Criteria Architect/Engineer) continued F110-53-2022-MAR Publish Date: 12/01/22 Page 2 of 5 Request for Qualifications (Criteria Architect/Engineer) continued F110-53-2022-MAR Publish Date: 12/01/22 Page 3 of 5 B. Scope of Services This project is currently only funded for Criteria A/E services. The College will evaluate if this project moves into construction once the criteria narrative has been completed and reviewed by the College and ZH Commissioning. Pursuant to ORC 153.694, professional design firms selected to provide C-A/E services shall not provide any A/E of Record services for the project for which the professional design firm was selected as the C-A/E. For projects advertised with an appropriately developed Program of Requirements (“POR”), upon award of the Agreement, commence with Design. For projects without such a POR, upon award of the Agreement, commence by developing the Program of Requirements. The selected Criteria Architect/Engineer (“C-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 Contracting Authority, the cost breakdown of the Architect/Engineer Agreement detailed cost components to address the Owner’s project requirements. Participate in the Encouraging Diversity, Growth & Equity (“EDGE”) Program as required by statute and the Agreement. As required by the Agreement, and as properly authorized, provide the following categories of services: Concept and Design Criteria, Best Value Selection, Preconstruction, Construction and Closeout, and Additional Services of all types including Schematic Design and Design Development if a Design-Builder is not engaged to perform these services. 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 http://ofcc.ohio.gov. During the construction period, provide not less than 2 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. Please list all major scope services needed to complete the selection process for successful project delivery. The specific scope of services must state particular building types, functional design or specialized professional services required to evaluate the level of experience of each applicant firm (e.g. parking garage, kitchen design, correctional facility, medical facility, educational facility). The scope of services should also define the types of basic and additional professional design and administration services necessary for the project (e.g. previous experience with local jurisdiction or similar sites, previous experience working with the State of Ohio, and specific Owner-defined requirements). This information will be used by each applicant to populate the Relevant Project Experience Matrix in Section F of Form F110-330. 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. Project Description 2. Criteria Design of Scope Document 3. Best Value Selection and award support to identify D-B contractor 4. Project oversight during construction 5. Construction and closeout support C. Estimated Budget / Funding D. Anticipated Schedule State Funding: $1,900,000 Professional Services Start: 02 / 23 Other Funding: $0 Construction Notice to Proceed: 12 / 23 Construction Cost: $1,900,000 Substantial Completion of all Work: 07 / 25 Total Project Cost: $1,900,000 Professional Services Completed: 08 / 23 E. Estimated Basic Fee Range (see note below) F. EDGE Participation Goal 2.5% to 3.0% Percent of initial Total A/E Fee: 0.0% NOTE: Basic Services include: (1) Concept and Design Criteria, (2) Best Value Selection, (3) Preconstruction, and (4) Construction and 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. http://ofcc.ohio.gov/ Request for Qualifications (Criteria Architect/Engineer) continued F110-53-2022-MAR Publish Date: 12/01/22 Page 4 of 5 G. Basic Service Providers Required (see note below) H. Additional Service Providers Required Lead C-A/E Discipline: Engineering Secondary Disciplines: Mechanical Engineering HVAC Engineering NOTE: The lead C-A/E 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. G. 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 C-A/E and all its consultants must have the capability to use the Internet within their normal business location(s) during normal business hours. H. Submittal Instructions Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://ofcc.ohio.gov. Electronic submittals should be combined into one PDF file named with the project number listed on the RFQ and your firm’s name. Use the “print” feature of Adobe Acrobat or similar software for creating a PDF rather than using a scanner. If possible, please reduce the file size of the PDF. In Acrobat, go to Advanced, then PDF Optimizer. Also, please label the CD or DVD and the sleeve with the project number and firm name if applicable. Statements of Qualifications must be submitted electronically to dbell2@sscc.edu. Please request a confirmation email that your submission and associated attachments were properly received. Paper copies of the Statement of Qualifications, if requested, should be stapled only. Do not use special bindings or coverings of any type. Cover letters and transmittals are not necessary. Facsimile copies of the Statement of Qualifications will not be accepted. Firms are requested to identify professional registrations, memberships and credentials including: CCCA, CCM, CCS, CDT, CPE, DBIA, LEED AP, and any other appropriate design and construction industry credentials. Identify that information on the resume page for individual in Block 22, Section E of the F110-330 form. http://ofcc.ohio.gov/ mailto:dbell2@sscc.edu Criteria Architect/Engineer Selection Rating Form State of Ohio Standard Forms and Documents F110-53-2022-MAR Publish Date: 12/01/22 Page 5 of 5 Project Name Central Campus HVAC Renovation Proposer Firm Project Number SOC-220002 City, State, Zip Selection Criteria Value Score 1. Primary Firm Location, Workload and Size (Maximum 10 points) a. Proximity of firm to project site Less than 50 miles 5 50 miles to 100 miles 3 More than 100 miles 0 b. Amount of fees awarded by Contracting Authority in previous 24 months Less than $500,000 2 $500,000 to $1,000,000 1 More than $1,000,000 0 c. Number of licensed professionals Less than 5 professionals 3 Max = 3 5 to 10 professionals 2 More than 10 professionals 1 2. Primary Qualifications (Maximum 30 points) a. Project management lead Experience / ability of project manager to manage scope / budget / schedule / quality 0 - 10 b. Project criteria design lead Experience / creativity of criteria designer to document owner’s vision and requirements 0 - 10 c. Technical staff Experience / ability of technical staff to create accurate and complete design criteria 0 - 10 3. Key Consultant Qualifications (Maximum 20 points) a. Key discipline leads Experience / ability of key consultants to perform effectively and collaboratively 0 - 15 b. Proposed EDGE-certified Consultant participation* One point for every 2 percent increase in professional services over the EDGE participation goal 0 - 5 N/A 4. Overall Team Qualifications (Maximum 10 points) a. Previous team collaboration Less than 3 sample projects 0 3 to 6 sample projects 2 More than 6 sample projects 5 b. Team organization Clarity of responsibility / communication demonstrated by table of organization 0 - 5 5. Overall Team Experience (Maximum 30 points) a. Previous team performance Past performance as indicated by evaluations and letters of reference 0 - 10 b. Experience with similar projects / delivery methods Less than 3 projects 0 - 3 3 to 6 projects 4 - 6 More than 6 projects 7 - 10 c. Budget and schedule management Performance in completing projects within original construction budget and schedule 0 - 5 d. Knowledge of Ohio Capital Improvements process Less than 3 projects 0 - 1 3 to 6 projects 2 - 3 More than 6 projects 4 - 5 * Must be comprised of professional design services consulting firm(s) and NOT the lead firm - For more information on scoring this and other criteria refer to Document F199-01 - PS Selection Rating Rubric. Subtotal Notes: Evaluator: Name Signature Date https://ofcc.ohio.gov/Portals/0/Documents/Forms/Procurement/F199-01-RFQ_Rubric_2021.pdf

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

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

Country : United StatesState : Ohio

You may also like

RFQuote 24-40 REINSULATE CHILLER 2 AND 3 AT CENTRAL PLANT, CENTRAL CAMPUS

Due: 06 May, 2024 (in 20 days)Agency: Houston Community College

HVAC Lab Ventilation Renovations Central South Campus

Due: 13 May, 2024 (in 26 days)Agency: Texas

RFQuote 24-40 REINSULATE CHILLER 2 AND 3 AT CENTRAL PLANT, CENTRAL CAMPUS

Due: 06 May, 2024 (in 20 days)Agency: Houston Community College

Please Sign In to see more like these.

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